Z--Rehabilitate seawall near Grand Coulee, WA
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: Presolicitation (Original)
- Original Published Date: Feb 08, 2022 08:07 am PST
- Original Response Date: Mar 25, 2022 12:00 pm PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z2PA - REPAIR OR ALTERATION OF RECREATION FACILITIES (NON-BUILDING)
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: Spring Canyon boat launch Grand Coulee WA 99133
Description
- Partial demolition of an existing approximately 200 lineal foot timber pile seawall and associated appurtenances;
- Construction of a new replacement reinforced cast-in-place concrete seawall;
- Armoring the waterward side of the seawall with quarry spall backfill; and
- Filling and grading behind the seawall, within an existing grass area, to create a flatter transition between the seawall and the existing parking lot.
Additional details will be provided in the Statement of Work, drawings, and supplemental materials to be posted with the solicitation. A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. An offer guarantee will be required with proposal submission.
PROJECT LOCATION: Spring Canyon boat launch area, east of Grand Coulee in Lincoln County, WA. Information about the park is at https://www.nps.gov/laro/index.htm.
SITE VISIT: A group site visit will occur on Tuesday, March 8, 2022, at 1:00 pm PT; pertinent details will be provided in Section L of the solicitation when it is posted. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored, but the site is open to the public and prospective offerors may view it unaccompanied at any time.
DETAILS: This is a best value negotiated procurement set-aside for small business concerns in accordance with FAR Part 19.5. The prime contractor must comply with limitations on subcontracting in FAR clause 52.219-14 (SEP 2021) for general construction. The NAICS code for this project is 237990, Other Heavy and Civil Engineering Construction, and the small business size standard is $39.5 million, average annual gross receipts for the past five years. All work will be performed under a single firm-fixed-price construction contract subject to the Wage Rate Requirements (Construction), formerly known as the Davis-Bacon Act. As stated in the prescribed range in FAR 36.204, the estimated magnitude of this project is between $500,000 and $1,000,000.
The RFP and future amendments will be posted in the Contracting Opportunities section of SAM (https://sam.gov/content/opportunities). Responses will be due approximately 30 days after the RFP is posted, unless extended. The entire solicitation package, including drawings and specifications, will be in Microsoft Word and Adobe PDF. Offerors will submit their proposals in digital format per instructions included in the solicitation. The RFP will require offerors to submit both a technical and a price proposal; the government will consider an offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value. Proposals are due by the date and time specified in Block 13 of the Standard Form 1442 or as stated in the most recent amendment (SF30). Special instructions related to bid bond submission will be in the RFP.
Prospective offerors must visit SAM.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however offerors who have not established and/or maintained an active registration at www.SAM.gov prior to the offer due date and time will be considered either ineligible or non-responsive and will not be considered for award.
It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Small Business Administration's (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories.
The Government reserves the right to cancel this solicitation.
For more information, contact the Contracting Officer at sarah_welch@nps.gov.
Attachments/Links
Contact Information
Contracting Office Address
- 600 E PARK AVENUE
- PORT ANGELES , WA 98362
- USA
Primary Point of Contact
- Welch, Sarah
- Sarah_Welch@nps.gov
- Phone Number (360) 854-7220
- Fax Number (360)856-1934
Secondary Point of Contact
History
- Apr 09, 2022 08:56 pm PDTPresolicitation (Original)
- Feb 23, 2022 09:06 am PSTSolicitation (Original)