Washington, DC Bids > Bid Detail

N--NAMA SEWAGE LIFT STATION CONTROL REPLACEMENT

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159273208541636
Posted Date: Feb 3, 2023
Due Date: Mar 31, 2023
Solicitation No: 140P3023Q0037
Source: https://sam.gov/opp/6b7f9fd116...
Follow
N--NAMA SEWAGE LIFT STATION CONTROL REPLACEMENT
Active
Contract Opportunity
Notice ID
140P3023Q0037
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
NCR REGIONAL CONTRACTING(30000)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 02, 2023 07:44 pm EST
  • Original Response Date: Mar 31, 2023 01:00 pm EDT
  • 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: N046 - INSTALLATION OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Hains Point , DC 20020
    USA
Description
PRESOLICITATION NOTICE ONLY - National Park Service, National Mall and Memorial Parks (NAMA) Hains Point Sewage Lift Station Control Replacement

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

1)        Action Code. NAICS is 237110 and the business size standard is $45 Million.
2)        Date. 02/2/2023
3)        Year. 2023
4)        Contracting Office ZIP Code. 20242
5)        Product or Service Code. N046
6)        Contracting Office Address. 1100 Ohio Dr., S.W. Washington, DC 20242
7)        Subject. National Mall and Memorial Parks Hains Point Sewage Lift Station Control Replacement
8)        Proposed Solicitation Number. 140P3023Q0037
9)        Closing Response Date. 03/31/2023
10)        Contact Point or Contracting Officer. Craig Madison at craig_madison@nps.gov
11)        Contract Award and Solicitation Number. N/A
12)        Contract Award Dollar Amount. N/A
13)        Line-Item Number. N/A
14)        Contract Award Date. N/A
15)        Contractor. N/A
16)        Description.

This is a pre-solicitation notice only and does not constitute a solicitation. Accordingly, no response is due at this time, nor will any questions of a technical or contractual nature be answered. Specific instructions on submitting responses will be contained in solicitation documents. A date and time for a site visit will be specified in the solicitation. Requirement is 100% set-aside for small business. The applicable NAICS is 237110 and the business size standard is $45 Million. Contractor shall be registered in System for Award Management (SAM) under the appropriate NAICS code.

In accordance with Federal Acquisition Regulations (FAR) Subpart 36.204(b), Disclosure of Magnitude of Construction Project, the magnitude of this project is between $100,000 and $250,000.

The location is at the National Mall and Memorial Parks, Hains Point location near 1000 Ohio Drive SW, Washington DC, 20020.

The period of performance is for 179 calendar days from the issuance of the Notice to Proceed.

In compliance with FAR 22.403-1, Construction Wage Rate Requirements, the prevailing wage rates will apply. A solicitation will be issued as a Request for Quote (RFQ) solicitation. The solicitation subsequent to this announcement may be canceled at any time.

NOTE: This notice does not obligate the government to award a contract nor does it obligate the government to pay for any quote preparation costs. Complete solicitation and attachments will be posted on or about February 17, 2023.

USDA BioPreferred product categories apply to this acquisition. For more information regarding the Department of Agriculture Biobased Program go to: http://www.biopreferred.gov.

Project Description
The National Park Service (NPS), National Mall and Memorial Parks (NAMA) has multiple above ground Smith and Loveless sewage lift stations in East Potomac Park. The control systems for these sewage lift stations need to be replaced with a control system that is compatible with the existing Smith and Loveless sewage lift station motors and pumps. The existing system consists of a Horizontal Centrifugal - Station with PLC units (V708iSD, S#7050195), VFD units [VFS11-2037PM-WN(2)], transducer well level system with backup float control system. The obsolete control panel & components control dual pump system consisting of 2ea-7.5 Hp, 3 phase, Smith & Loveless sewage ejector pumps with vacuum priming systems. This project will replace the existing control systems and install new compatible control systems according to the Statement of Work.

The contractor shall provide for all labor, materials, supplies, equipment, transportation, supervision, ancillary services, and all other necessary items to complete this project, performing all work in complete compliance with the Statement of Work, and any plans, drawings, and specifications issued or directed through this solicitation and award in order to ensure quality workmanship. At a minimum, the supplies and materials shall be of a quality to conform to all applicable Federal specifications.

The Hains Point Comfort Station 1 shall be updated with a new modern control system with a remote monitoring system in accordance with the terms and conditions of the solicitation.

Hains Point Comfort Stations 3 and 4 shall be separate options requiring the same controls and remote monitoring equipment as the Hains Point Comfort Station 1 in accordance with the terms and conditions of the solicitation.

This work involves performing work as defined in the Statement of Work that will be provided when the solicitation is issued. Detailed requirements and/or specifications will be listed within the solicitation. In accordance with FAR 13.106-2, a Firm Fixed Price award is contemplated from this solicitation with an award to the responsive and responsible offeror based on the evaluation criteria outlined in the solicitation once issued.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Offers will be evaluated in accordance with FAR 13.106-2(b)(3) using comparative evaluations. In order to ensure evaluations are performed in an efficient and minimally burdensome fashion, the government will not score or otherwise rank offers, or set a competitive range. During the evaluation process, the contracting officer may negotiate with one or more offerors as appropriate but may not negotiate with all offerors. Offer submissions will be evaluated by performing a direct comparison in a uniform manner to determine which offers meet the government¿s requirements. In addition to the information provided by the offeror, the contracting officer may use prior knowledge, previous experience, customer surveys and any other reasonable basis to make the award decision. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides those additional benefits.

Offers will be evaluated in accordance with FAR 13.106-2(b)(3) and will include comparative evaluations. The three evaluation factors are Technical, Past Performance, and Price. These factors will be evaluated in the following manner:

Technical Capability: The Technical Capability provided will be evaluated to determine if the offeror¿s technical capability meets the Government¿s stated requirements.

Past Performance: Evaluated to determine acceptable past performance based on the completed government experience form (Attachment 7). Consistent with FAR 13.106-2(b)(3), the Contracting Officer may, but is not required to, also use their own knowledge of an offeror¿s previous performance, consider information from CPARS, or consider other relevant sources.

Price: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This combined total price will then be evaluated for fairness and reasonableness.

Acceptable offers will be compared against each other to determine which offer is most advantageous to the Government. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides those additional benefits.

The solicitation package will include the Solicitation Forms (SF1442), Statement of Work and other attachments as required. Documents will be posted to SAM.gov | Contract Opportunities on or about February 17, 2023. This notice does not obligate the government to award a contract nor does it obligate the government to pay for any quote preparation costs.

Contractors shall be registered in the System for Award Management (SAM) in order to participate in this requirement. The SAM can be found at https://www.sam.gov. Payments will be made via Electronic Funds Transfer using the Invoice Processing Platform system at ipp.gov.

Contracting Officer and Point of Contact information for this requirement is:

Bureau: National Park Service
Contracting Officer: Craig Madison
Email: craig_madison@nps.gov

All inquiries and questions shall be submitted in writing; no verbal questions will be accepted.
Attachments/Links
Contact Information
Contracting Office Address
  • 1100 OHIO DRIVE SW CONTRACTING ANNE
  • WASHINGTON , DC 20242
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 02, 2023 07:44 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >