The RFP Database
New business relationships start here

Restore and Stabilize Hoover Creek for Flood Mitigation


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

ACTION: Solicitation Notice

SOLICITATION NUMBER: 140P2019R0098


CLASSIFICATION CODE: Y1KB - Construction of Canals


CONTRACTING OFFICER: David E. Thomas


DSC-CS Contracting Services Division
National Park Service
P.O. Box 25287
Denver, CO 80225


POINT OF CONTACT:
Joy Ewalt, Contract Specialist, 303-969-2394, joy_ewalt@nps.gov


PLACE OF PERFORMANCE: Herbert Hoover National Historic Site


PLACE OF PERFORMANCE POSTAL CODE: 52358-0607


PLACE OF PERFORMANCE COUNTRY: USA


Title of Project: Restore and Stabilize Hoover Creek for Flood Mitigation


GENERAL:
The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a full and open basis from all interested businesses having the capability to perform the work described below. The solicitation is being issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov . Proposal documents are available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications are available in Adobe PDF format; and drawings are available in PDF format. Please Note: Paper copies of the solicitation will not be made available.


Vendors can search for opportunities and award history on www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List and a Watch list where you can add your company's interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the solicitation documents.


Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a DUNS number in order to conduct business with the Federal Government.


This solicitation announcement is the solicitation. Specific instructions on submitting your proposal is contained in the solicitation documents being issued on   the date listed below.


Solicitation Issue Date: November 4th, 2019


This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.


The NAICS Code for this requirement is 237990 with a size standard of $39.5 million.


Title of Project: Restore and Stabilize Hoover Creek for Flood Mitigation


WORK COVERED BY CONTRACT DOCUMENTS
A. Project Location: Herbert Hoover National Historic Site, West Branch, Iowa.
B. The Work consists of the following:
1. The Work includes several improvements associated with an effort to restore and stabilize Hoover Creek for flood mitigation. The major project elements include
channel grading for increased flood conveyance, Downey Street Bridge replacement, and construction of an off-line detention basin. The channel grading and bridge
replacement also necessitate the relocation of existing water and sanitary lines, as well as historic wall preservation and reconstruction. The soil excavated for the channel modification and detention basin will be strategically placed along the south and east park perimeter to mitigate sound impacts to park visitors..


2. The Project is designed to comply with a Certification Level according to the U.S. Green Building Council's Leadership in Energy & Environmental Design (LEED)Rating System,as specified in Division 01 Section "Sustainable Design Requirements."


C. The Project will be constructed under a single prime contract.


Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror's technical capability in comparison to its price.


Estimated Price Range: $5M - $10M


Estimated Period of Performance: January 2020 - November 2022


Proposal receipt date is December 10th, 2019.

A pre-proposal meeting is noted in  Secton L of the solicitation documents.


It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov .


Joy Ewalt, Contract Specialist, Phone (303) 969-2394, Fax 303-987-6608, Email joy_ewalt@nps.gov - Dave Thomas, Contracting Officer, Phone (303)-969-2831, Fax 303-987-6608, Email dave_thomas@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP