Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:140P3021Q0041
PRE-SOLICITATION NOTICE ONLY GENERAL: The National Park Service (NPS), Department of Interior, anticipates issuing a solicitation for the project described below. This is a PRE-SOLICITATION NOTICE onl...
PRE-SOLICITATION NOTICE ONLY GENERAL: The National Park Service (NPS), Department of Interior, anticipates issuing a solicitation for the project described below. This is a PRE-SOLICITATION NOTICE only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued on or around 08/01/2021 (subject to change). The entire solicitation package, including all attachments, will be available electronically at www.beta.sam Paper copies of this solicitation will not be made available. PROJECT TITLE: NAMA Rehabilitation of JFK Hockey Field PROPOSED SOLICITATION NUMBER: 140P3021Q0041 CLOSING RESPONSE DATE: Proposal due date is estimated to be 08/01/2021 CONTRACT AWARD NUMBER AND DATE: Prior to 08/31/2021 PROJECT SCOPE: The NPS is seeking qualified commercial service firms or other qualified firms or organizations to provide commercial services, to include but not be limited to: turfgrass renovation and installation of a field marking system on the John F Kennedy Hockey Fields, managed by National Mall & Memorial Parks in Washington, DC. PLACE OF PERFORMANCE: is located south of the Reflecting Pool between the Lincoln Memorial and the World War II Memorial in Washington, D.C. ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $450,000 and $800,000. PROCUREMENT TYPE: The Government anticipates awarding a firm-fixed price service contract to meet this requirement. SET-ASIDE: This acquisition will be a 100% Small Business Set-aside. Offers will be solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 561730 and the small business size standard is $7,500,000. BONDS: not required PERIOD OF PERFORMANCE: The contract performance period is expected to be 18 months from the award of contract. PRE-PROPOSAL CONFERENCE / SITE VISIT: It is anticipated that a Pre-Proposal Conference / Site Visit will be scheduled on or around 7/14/2021. This is an estimated date. The actual date and specific details will be provided in the solicitation. SOURCE SELECTION PROCESS: Proposals received in response to the solicitation will be evaluated in accordance with source selection procedures outlined in FAR Part 15 for Best Value Low Price. The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete Online Representations and Certifications at the SAM website.