Inactive
Notice ID:140P2019R0073
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...
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 (YOSE 197065) and identify your socioeconomic status (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, and Small). The Government anticipates a total small business set-aside procurement. The Government anticipates conducting a competitive acquisition for this requirement. 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. The size of a small business firm includes all parents, subsidiaries, affiliates, etc.-see 13 CFR 121.108. All firms should be registered and certified in www.SAM.gov. Project Details: Yosemite National Park Replace Failing Wawona Campground Restroom Leachfields with Connection to Wawona Wastewater System NAICS Code: 237110 Magnitude of Construction: $5 million - $10 million Estimated Period of Performance: September 2019 - April 2020 Project Description The work includes the replacement of 6 saturated and failing Wawona Campground restroom sewage disposal leachfields with a new connection to the existing Wawona wastewater system and wastewater treatment plant. This project is located at the Wawona Campground and one mile along Wawona Road (from the Wawona Campground Entrance to the Main Central Lift Station located on Chilnualna Falls Road approximately 250 feet from the intersection of Wawona Road and Chilnualna Falls Road) Specifically, the work includes, but may not be limited to: 1. The installation of 6-inch sewer gravity lines and 2 to 3-inch sewer force mains. 2. Installation of small sewer pump station and associated controls and communication. 3. Installation of 4-inch HDPE water main. 4. Installation of open cut trenching sewer replacement of collector mains and service laterals; 5. Use of horizontal directional drilling techniques; 6. Installation of electrical (12 kV, 480v 3-phase, 120v single phase) and communication line 7. New manhole construction, and rehabilitation of existing manholes, including epoxy lining manhole repairs; 8. Abandonment of existing sewer mains and laterals and filling with cement grout slurry; 9. Demolition, replacement, and specific rehabilitation of facilities related to existing septic tanks. 10. Roadway re-apshalt and driveway approach construction; 11. Revegetation and surface restoration; SWPPP BMPs, and tree and resource protection, as required. Project will be constructed under a single prime contract. The Work shall be conducted with a clear project sequencing plan with coordination with park staff and neighborhood residents. Cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying work under this Contract. Coordinate the Work of this Contract with work performed under separate contracts, specifically Rehabilitate Wawona Wastewater Treatment Plant. Response Your response is due no later than 2:00 pm Mountain Time on May 16, 2019. Send your email responses to Julia_Sullivan@nps.gov and Todd_Stackhouse@nps.gov. Your email capability information MUST be ten pages or less and be SPECIFIC to the scope provided. FIRMS INTERESTED IN THE PROJECT SHOULD POSSESS THE FOLLOWING SPECIALIZED SKILLS AND EXPERIENCE AND SHOULD ADDRESS THESE SPECIALIZED SKILLS AND EXPERIENCE IN THEIR RESPONSES TO THIS NOTICE: 1. Experience with similarly sized civil construction, sewer utility, and wastewater lift station installation, including open cut trenching and directional drilling pipe replacement techniques for sewer pipe replacement. 2. Experience constructing within work areas in use by residents and/or workers and temporary utilities and/or phasing of work to ensure ongoing utility service during work. 3. Experience with construction at remote and difficult to access sites. 4. Bonding Capability - Interested firms MUST provide a letter or other proof of bonding capacity