The RFP Database
New business relationships start here

Structural Flood Mitigation for Visitor and Employee Safety at Cottonwood Cove


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

The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not a request for proposal or invitation to bid. No proposal package, solicitation, specification or drawings are available with this announcement. Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests. If you choose to submit a package, clearly identify the park and project on your package (LAKE 158678 Construct Structural Flood Mitigation at Cottonwood Cove) and identify your socioeconomic status (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, and Small).

Your emailed capability information MUST be 6 pages or less and be SPECIFIC to the scope provided. You must also provide a letter from your bonding company verifying your bonding levels.


Your response is due no later than 4:00 pm Mountain Time on September 19, 2019.


The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a competitive set-aside or full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc.-see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. All firms should be registered and certified in www.SAM.gov.


Please refer to the current SBA rules regarding HUBZone firms, effective Month xx, 20xx.


Send your email responses to kevin_ralston@nps.gov and todd_stackhouse@nps.gov


Analysis of the quality of responses to this sources sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement.


Lake Mead National Recreation Area
Construct Structural Flood Mitigation at Cottonwood Cove
NAICS Code: 237990
Product Service Code: YIPZ
Magnitude of Construction: $5 million - $10 million
Estimated Period of Performance: 12 months


Project Description
The proposed project includes but is not limited to the following scope of construction:


The Work includes construction of a structural flash flood mitigation system to divert a portion of flood waters away from the developed area. The proposed system is approximately a half mile in length and consists of both berm and channel sections. Berm sections range from approximately 10 to 33 feet tall with 75-foot wide crests. Channel sections range from approximately 9 to 38 feet deep with 20-foot wide channel bottoms. The channel sections will be formed by excavating and grading native earthen materials down to required elevations and grades with side slopes for stability. The excavated material from the channel sections will be utilized to build the earthen berm sections. Portions of the system will contain a soil cement liner.


Capabilities Statement:
Your capabilities statement shall be an electronic file (in .pdf format) attached to your e-mail. Your statement shall be nor more than 6 pages (8-1/2" x 11") in length.
Your capabilities statement shall include:
• Your contact information and DUNS number.
• A letter from your bonding company verifying your bonding levels.
• A statement as to your socioeconomic status [8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, Small]
• Park and Project # (LAKE-158678)
Firms shall address the following criteria in their capabilities statements to demonstrate their experience with the following:
1) Experience working on construction projects of similar size and complexity including flash flood protection systems requiring large earth moving equipment to construct channels and earthen berms/levees.
2) Experience in constructing soil cement liners including creating soil cement mixtures onsite using cement, water, and native soils.
3) Experience working in a similar environment, including:
a. Experience working in a desert environment.
b. Experience working in areas subject to flash flooding.
c. Experience working in areas with uneven topography and limited site access.
d. Experience working in remote areas where deliveries and worker commutes are challenging.
4) Experience being responsible for development and implementation of site-specific storm water pollution prevention and dust control plans during construction. This includes preparation and submission of permit applications and obtaining associated permits.


For each criteria listed above, firms shall indicate whether they functioned as a prime contractor or a sub-contractor.


Bonding Capability
Interested firms MUST provide a letter from their bonding company to confirm their bonding capacity.


Todd Stackhouse, Contract Specialist, Phone (303) 969-2064, Email todd_stackhouse@nps.gov - Kevin S. Ralston, Contract Specialist, Phone 3039692709, Email kevin_ralston@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP