PETE 225045 - Replace Failing Drain Field at Appomattox Manor
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, CERTIF... 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), Washington Contracting Office (WCO) 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. Solicitation No.: 140P2119R0028 Project Name: Replace Failing Drain Field at Appomattox Manor (PETE 225045) Location: Petersburg National Battlefield (PETE), City Point Unit, Hopewell, Virginia Estimated Magnitude: Between $250,000 and $500,000 Estimated Period of Performance: Approximately November 2019 through May 2020. Project Description: The National Park Service, Petersburg National Battlefield, has a requirement to replace components of the Appomattox Manor at City Point / Grant's Headquarters' septic system in Hopewell, Virginia. The project scope will include but not be limited to the following: Project is to replace two failing septic system drain fields serving waste water from Appomattox Manor at the Grant's Headquarters' / City Point Unit with a forced main system. Work includes re-piping of waste water drains to a central grinder / pump station to be located in one of the former septic tanks and the installation of approximately 800 lineal feet of new HDPE piping to a city sewage tap on Pecan Avenue. Work also includes abandonment of the old septic tanks and drain fields in accordance with Federal, State and Local environmental regulations. NAICS Code & Size Standards: The NAICS Code for this requirement is 238910 Site Preparation Contractors with a corresponding size standard of $15 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 the Government's System for Award Management (SAM) at www.sam.gov at time of submission in response to this notice. If submitting as a joint venture, the joint venture also must be registered in SAM at time of submission. 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 shall be expended 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 shall be expended 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, including a proposed design firm. You must also provide your bonding capacity levels. Include your firm's name, DUNS number, CAGE Code and identification/certification of business size and socioeconomic group in submissions responding to this notice. Required Capabilities & Evaluation Criteria: 1. Demonstrated successful experience managing the installation of forced main septic systems and related infrastructure for construction projects of similar scope and size. 2. Demonstrated successful experience working on or around historic structures, or water and sewer systems servicing the same, and incorporating site safety and safety of the public. 3. Demonstrated successful project management experience including client reporting, SharePoint systems, critical path method scheduling, and the implementation and maintenance of a Quality Control Program. Responses shall be submit electronically to the following email address: robin_fuchs@nps.gov Responses are due on Friday, JUNE 7, 2019 by 5:00 PM ET. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »