Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:140P2019R0074
Title of Project: Rehabilitate Visitor Center Sidewalk, Primary and Overflow Parking and Primary Trailhead Areas (DETO 252588 / 252902) GENERAL: The National Park Service (NPS), Department of Interior...
Title of Project: Rehabilitate Visitor Center Sidewalk, Primary and Overflow Parking and Primary Trailhead Areas (DETO 252588 / 252902) GENERAL: The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a Total Small Business Set-aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov . Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be 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 Watchlist 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 synopsis or 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 pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about July 16, 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 238990 with a size standard of $15 million. Title of Project: Rehabilitate Visitor Center Sidewalk, Primary and Overflow Parking and Primary Trailhead Areas (DETO 252588 / 252902) Description: The Work consists of the following: 1. The Work includes creating experiences and facilities accessible to visitors with mobility, sensory and cognitive disabilities through the application of principles of Universal Design at the upper and lower visitor parking areas, visitor plaza, trail head, interpretive plaza, tower trail and tower overlook. All improvements must meet the Architectural Barriers Act Accessibility Standards (ABAAS). 2. 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." 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: $1 million - $5 million Estimated Period of Performance: Sep 2019 - Sep 2020 (365 days) Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted and date/location will be noted in the solicitation. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 238990 is $15 million. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clause, FAR 52.219-8-Utilization of Small Business Concerns. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. 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 .