Z--REPLACE DETERIORATED FIRE HYDRANTS FORT PICKENS
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Apr 26, 2022 10:07 am CDT
- Original Published Date: Apr 13, 2022 11:55 am CDT
- Updated Date Offers Due: May 04, 2022 10:00 am CDT
- Original Date Offers Due: May 04, 2022 10:00 am CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: May 19, 2022
- Original Inactive Date: May 19, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- 237110 - Water and Sewer Line and Related Structures Construction
- Place of Performance: Fort Pickens Area Gulf Breeze , FL 32561USA
Description
INSTALLATION AND RELATED STRUCTURE CONSTRUCTION SERVICES
LOCATION: GULF ISLANDS NATIONAL SEASHORE/FORT PICKENS AREA
WESTERN TIP OF SANTA ROSA ISLAND, ESCAMBIA COUNTY, NW FLORIDA
The National Park Service, Southeast Region, West Major Acquisition Buying Office, has a requirement for a minor construction contract for replacement of six (6) deteriorated Fire Hydrants, Gate Valves and associated components:
BASE BID:
Housing area, two (2) fire hydrants (# 1 and # 3)
Building 5 area, one (1) fire hydrant (# 2)
Campground Store area, one (1) fire hydrant (# 5) and
Ranger Station/Campground Registration area, two (2) fire hydrant (# 6 and # 7).
BID ADDITIVE: Fort Pickens Water System, one (1) fire hydrant (# 4)
The SOW calls out removal of existing hydrants and installation of new hydrants and associated components.
Installation shall comply with NFPA 24 standards and manual AWWA C900 for Water Transmission and Distribution, 2007.
Fire Hydrant locations are part of SOW on page(s) 8 and 9; photos of existing fire hydrants on page(s) 10 thru 13; and an typical Fire Hydrant Installation sketch on page 7.
METHOD OF ACQUISITION: IAW FAR PART 13 - Simplified Acquisition Procedures any appropriate combination of the procedures in parts 15, or 36, including the use of Standard Form1442, Solicitation, Offer, and Award (Construction, Alteration, or Repair), for construction contracts.
PROPOSED TYPE OF CONTRACT: Firm-Fixed Price construction
SUBMISSION OF QUOATIONS OR OFFERS: Offers must be submitted via email to Andre_Ward@nps.gov. An complete response package must include executed SF-1442 blocks 14 (Include DUNS AND UEI(Unique Entity Identifier)) through 20c and 30a, 30b and 30c, pricing (BID SCHEDULE), and Section K Representations and Certifications.
SET-ASIDE: This procurement is 100% total Small Business set-aside under NAICS code 237110. The small business standard is $39.5 in millions of dollars in gross receipts three year average. The estimated price range is between $25,000 and $100,000.
ORGANIZED SITE VISIT: WED 9 AM (CDT) APR 20, 2022
RSVP via email on or before COB 18 APR 2022 with representative name, telephone and or email address. Participants will meet on-site at the historic FORT PICKENS AREA VISITORS CENTER parking area (see Map attachment)
OFFER DUE DATE: 10 AM CDT on MAY 4, 2022. All eligible responsible sources may submit an offer which shall be considered by the National Park Service, however offerors that do not have an active vendor record at SAM.gov or meet the size requirements prior to the date and time for receipt of offers will be either ineligible or non-responsive and will not be considered for award. The Government reserves the right to cancel this solicitation.
EVALUATION OF QUOTATIONS OR OFFERS: NPS will consider only price and past performance (both relevant to fire hydrants and recent within past five years). NPS will make an award decision based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer. Evaluation of other factors, such as past performance-
(i) Does not require the creation or existence of a formal data base; and
(ii) May be based on one or more of the following:
(A) The contracting officer¿s knowledge of and previous experience with the supply or service being acquired;
(B) Customer surveys, and past performance questionnaire replies;
(C) The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or
(D) Any other reasonable basis (BBB ratings, State Licensing Board complaints, etc.).
Attachments/Links
Contact Information
Contracting Office Address
- 2680 NATCHEZ TRACE PARKWAY
- TUPELO , MS 38804
- USA
Primary Point of Contact
- Ward, Evans
- Andre_Ward@nps.gov
- Phone Number 850-934-2614
- Fax Number 6201
Secondary Point of Contact
History
- May 27, 2022 10:55 pm CDTAward Notice (Original)
- May 19, 2022 10:55 pm CDTSolicitation (Updated)
- Apr 13, 2022 11:55 am CDTSolicitation (Original)