Search Contract Opportunities

Construction of permanent fence and gates at the President’s Park   3

ID: P17PS01287 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY.
NOTE: THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABILED VETERAN-OWNED SMALL BUSINESSES and/or WOMAN-OWNED SMALL BUSINESSES.
The National Park Service (NPS), Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of potential SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS, and/or WOMAN-OWNED SMALL BUSINESSES for the construction of permanent fence and gates at the President's Park.
The interested parties must have facility security clearance at the "SECRET" level and have ability to safeguard documents at the "SECRET" level. If you are interested, please submit brief capabilities, past performance information, bonding capabilities (Single bonding at least 50M), and firm's security clearance information in writing to demonstrate capabilities. The amount of interest, or lack thereof, will determine the possibility of competitive set-aside or full and open competition within the firms holding the appropriate security clearances.
The NAICS Code for this requirement is 238990 All Other Specialty Trade Contractors with a corresponding size standard of $15.0 million gross receipts, averaged over the preceding 3 years. The size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 All firms should be certified in SAM https://www.sam.gov.
The following Limitations on Subcontracting apply to each category as follows:
Small: In accordance with FAR clause 52.219-14, at least 25% of the cost of contract performance incurred for personnel shall be expended for employees of the concern.
8(a): In accordance with FAR clause 52.219-14, at least 25% of the cost of contract performance incurred for personnel shall be expended for employees of the concern.
HUBZone: In accordance with FAR clause 52.219-3, at least 25% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns.
Service Disabled Veteran-Owned: In accordance with FAR clause 52.219-27, at least 25% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns.
Women-Owned: In accordance with FAR clause 52.219-30, the concern will perform at least 25% of the cost of the contract incurred for personnel with its own employees.

Work will be ordered by issuance of firm fixed price contract.

In order to be considered capable for award of this acquisition, firm(s)/teams must demonstrate the following:

Possess all professional qualifications, including classified construction project management
Ability to self-perform and perform within the Limitations on Sub-contracting requirements listed above
In order to maximize competition, the National Park Service is encouraging joint venture relationships. However, the Prime Contractor must have a facility security clearance at the "SECRET" level with ability to have safeguard documents at the "SECRET" level and capable of sponsoring subcontractor that are not cleared at the time of award of the contract.

Firms responding to this notice must submit a narrative, not exceeding ten (10) pages, addressing the following:

Description of how capability requirements above will be met.
Brief past performance information on large classified construction projects of a similar scope and magnitude
Firm's current security clearance level and expiration date
Firm's facility security officer's information and telephone number
Percentage and description of self-performed work over the previous five (5) years.
IMPORTANT: Identification/certification of business size and socio-economic group, i.e. certified HUBZone business, certified 8(a) business, certified Service Disabled Veteran-Owned small business, woman-owned business, or small business.
Verifiable bonding information (Minimum of 50M for single project)
Firm's name, DUNS number and CAGE Code.

All firms responding to this sources sought shall keep responses to a maximum of ten (10) pages including the cover sheet, if any. Your response is due no later than 12 p.m. Mountain Time on Wednesday, May 24, 2017.

Responses shall be submitted by email only with subject titled "PRPA Fence Construction" to the following email address:

Karen_labouff-kind@nps.gov
Paula_johnson@nps.gov

The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement under one of SBA's socio-economic business programs. The NPS does not intend to pay for any information provided under this notice.

Overview

Response Deadline
May 24, 2017, 3:00 p.m. EDT Past Due
Posted
May 9, 2017, 12:07 p.m. EDT
Set Aside
None
Place of Performance
WASHINGTON, DC USA
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
63%
On 5/9/17 Denver Service Center issued Sources Sought P17PS01287 for Construction of permanent fence and gates at the President’s Park due 5/24/17. The opportunity was issued full & open with NAICS 238990 and PSC Y.
Primary Contact
Title
Contract Specialist
Name
Paula Johnson   Profile
Phone
(303) 987-6643

Secondary Contact

Title
Contracting Officer
Name
Karen La Bouff-Kind   Profile
Phone
(303) 969-2181

Documents

Posted documents for Sources Sought P17PS01287

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought P17PS01287

Award Notifications

Agency published notification of awards for Sources Sought P17PS01287

Contract Awards

Prime contracts awarded through Sources Sought P17PS01287

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought P17PS01287

Similar Active Opportunities

Open contract opportunities similar to Sources Sought P17PS01287

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > NATIONAL PARK SERVICE > DSC CONTRACTING SERVICES DIVISION
FPDS Organization Code
1443-20000
Source Organization Code
100173195
Last Updated
June 8, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 8, 2017