J--LAKE MEAD KL IRRIGATION WIRING
The National Park Service is considering a contract at Lake Mead National Recreation Area (NRA) to replace the existing Water Plant Irrigation control wire at Katherine Landing, AZ developed area. The... The National Park Service is considering a contract at Lake Mead National Recreation Area (NRA) to replace the existing Water Plant Irrigation control wire at Katherine Landing, AZ developed area. The Work consists of the following: Install approx. 5,200¿ of 1¿ sch40 electrical conduit and 5200¿ of irrigation control wire. The existing control line is direct buried and runs partly through developed area and partly through open desert. Up to 20 above ground, sealed junction boxes will be installed by the contractor. The new conduit must be installed with minimum impact to daily operations of NPS and its partners. 18¿ minimum burial depth dependent upon site conditions. Continued operation of the existing irrigation control wire must be maintained throughout construction. Material removed during trenching is suitable for backfill as long as all rocks 3¿ or larger are removed from backfill. If during trenching the removed fill is found unsuitable sand from a local quarry will need to used to cover at least 10¿ around conduit. Asphalt and concrete may need demolition and replaced in developed areas. Up to 2500 sq ft is estimated for asphalt. Approx. 1500¿ of concrete is estimated. Contractor is required to replace the affected asphalt and concrete. Work also includes removal and safe disposal of any damaged or exposed asbestos concrete pipe. Work includes associated mechanical joints needed, parts, fittings, thrust blocking, delineation, flagging, traffic control, trenching, grading, backfill and labor to provide a functioning irrigation control wire system that satisfies the needs of the NPS unit as determined by NPS personnel. The project will be implemented using the North American Industry Classification System (NAICS) Code 238210 ¿ Electrical Contractors and Other Wiring Installation Contractors. The applicable classification code is J0590000 ¿ Maintenance and Repair of Electrical. The National Park Service is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement, is a qualified small business for the NAICS code 238210 (the small business size standard is $19,000,000), and has performed similar projects noted below. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Submission Instructions: Responses via email are due 23 March 2023 by 2:00 pm Pacific Daylight Time to Caleb Overbaugh, contract specialist, at caleb_overbaugh@nps.gov and must include the information requested below. Responses greater than <5> double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research, and the Government will not entertain any questions. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm¿s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Company Profile to include: 1. Company name and address; 2. Affiliate information: parent company, joint venture partners, and potential teaming partners; 3. Year the firm was established and number of employees; 4. Points of contact (names, titles, phone numbers and email addresses); 5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6. Small Business designation/status (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Small Disadvantaged Business 7. Documentation of the company¿s ability to obtain financing for a contract valued between $250,000 and $500,000 8. Bonding capability. 9. Include a brief summary of the similar work performed, supporting narrative to show why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners. In addition, include proof of satisfactory past performance on the referenced projects.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »