SOURCES SOUGHT
Y -- South Old Mine Road (Rt. 10) MP 13 to MP 14
- Notice Date
- 3/2/2018
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
- ZIP Code
- 80228
- Solicitation Number
- 140P2018R0053
- Archive Date
- 6/29/2018
- Point of Contact
- Paula Johnson, Phone: (303) 987-6643, Karen La Bouff-Kind,
- E-Mail Address
-
Paula_Johnson@nps.gov,
(Paula_Johnson@nps.gov, ontracting)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. NOTE: THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABILED VETERAN-OWNED SMALL BUSINESSES and/or WOMAN-OWNED SMALL BUSINESSES. The National Park Service (NPS), Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of potential SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS, and/or WOMAN-OWNED SMALL BUSINESSES for the project below. The Government anticipates a competitive method of contracting. Project Name: South Old Mine Road (Rt. 10) MP 13 to MP 14 Location: Delaware Water Gap National Recreation Area (DEWA 188230) Estimated Magnitude: Between $1,000,000 and $5,000,000 Estimated Period of Performance: 06/2018 to 12/2018 Project Description The proposed improvements under this project specifically include: 1) Full depth pavement reclamation will replace all existing asphalt pavement with new Hot Mix Asphalt over a re-conditioned aggregate base and prepared sub-base. The new pavement will match the exiting roadway horizontal alignment and include minor vertical alignment changes to improve roadway surface drainage. 2) Aggregate shoulders will be re-constructed and added to provide a consistent shoulder type and width. 3) Ditches will be re-constructed into V-shaped cross sections with some underdrains directly beneath the ditches to prevent surface sheet flows across the pavement and prevent saturation of the pavement base and sub-base. 4) Culvert replacements and additions will also prevent surface flows over the pavement and saturation of the roadway subsurface materials. 5) Pavement markings to define the travelways, access roads, and a parking area. 6) Signage for traffic control and information. 7) Revegetation to restore existing vegetation within the project construction area. The NAICS Code for this requirement is 237310 Highway, Street and Bridge Construction with a corresponding size standard of $36.5 million gross receipts, averaged over the preceding 3 years. The size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 All firms should be certified in SAM https://www.sam.gov. The following Limitations on Subcontracting apply to each category as follows: • Small: In accordance with FAR clause 52.219-14, at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • 8(a): In accordance with FAR clause 52.219-14, at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • HUBZone: In accordance with FAR clause 52.219-3, at least 15% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. • Service Disabled Veteran-Owned: In accordance with FAR clause 52.219-27, at least 15% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. • Women-Owned: In accordance with FAR clause 52.219-30, the concern will perform at least 15% of the cost of the contract incurred for personnel with its own employees. In order to be considered capable for award of this acquisition, firm(s)/teams must demonstrate the ability to perform within the Limitation on Subcontracting requirements listed above. Your email capability information MUST be 10 pages or less and be SPECIFIC to the scope provided for your company and any major proposed subcontractor. You must also provide a letter from your bonding company verifying your bonding levels. Responses shall include the following information: • Firm's name, DUNS number and CAGE Code. • Brief past performance information on projects of a similar scope and magnitude • Percentage and description of self-performed work over the previous five (5) years. • Verifiable bonding information that aligns with the estimated magnitude of construction • IMPORTANT: Identification/certification of business size and socio-economic group, i.e. certified HUBZone business, certified 8(a) business, certified Service Disabled Veteran-Owned small business, woman-owned business, or small business. Responses shall be submitted by email only with a subject including the phrase "DEWA 188230" to the following email address: Paula_Johnson@nps.gov Responses are due on Wednesday, March 14, 2018 by 1200 MT. The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement under one of SBA's socioeconomic business programs. The NPS does not intend to pay for any information provided under this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0053/listing.html)
- Place of Performance
- Address: Delaware Water Gap National Recreation Area (DEWA), Bushkill, Pennsylvania, United States
- Record
- SN04840662-W 20180304/180302230930-4126524d658cb0cddfe1740c7d99f69a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |