Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:140P3021R0021
General construction services, to include but not be limited to: full replacement in-kind of the slate shingled roof on a main building and garage, including new aluminum gutters and downspouts. The p...
General construction services, to include but not be limited to: full replacement in-kind of the slate shingled roof on a main building and garage, including new aluminum gutters and downspouts. The project also includes repairs to a front portico and roof replacement of the south entrance atrium roofs, repainting a deck, and repairs to the window sashes and frames on a law enforcement building maintained by National Capital Parks-East, in Washington, DC. PROJECT TITLE: NACE IAF 3801 S CAPITOL ST EXTERIOR REPAIRS PROPOSED SOLICITATION NUMBER: 140P3021R0021 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 construction firms or other qualified firms or organizations to provide general construction services, to include but not be limited to: full replacement in-kind of the slate shingled roof on a main building and garage, including new aluminum gutters and downspouts. The project also includes repairs to a front portico and roof replacement of the south entrance atrium roofs, repainting a deck, and repairs to the window sashes and frames on a law enforcement building maintained by National Capital Parks-East, in Washington, DC. PLACE OF PERFORMANCE: is located at 3801 South Capitol St, SE, Washington, DC. ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $250,000 and $500,000. PROCUREMENT TYPE: The Government anticipates awarding a firm-fixed price construction 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 238160 and the small business size standard is $15,000,000. BONDS: All offerors will be required to submit proof of their bonding capacity with their proposal. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. PERIOD OF PERFORMANCE: The contract performance period is expected to be 120 days from the start date on the Notice to Proceed. 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 Technically Acceptable. 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.