Search Contract Opportunities

Lakewood MABO SABER Contract   4

ID: P15PS00672 • Type: Solicitation

Description

This is the formal solicitation for a Simplified Acquisition of Basic Engineering Requirements contract (SABER). This contract will provide minimal design / cost estimating, and construction services in support of the Lakewood Major Acquisition Buying Office (LW-MABO), Intermountain Region, National Park Service. This contract will primarily be used for real property maintenance, repair, alteration, and / or new construction projects in the states of Colorado and Utah. Any future amendments to this solicitation will be available through www.fedbizopps.gov by entering the solicitation number P15PS00672 in the quick search block. A) Set-Aside: THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. Offers will not be accepted from concerns other than small businesses. All qualified, responsible small businesses may submit a proposal which shall be considered by the National Park Service. The North American Industrial Classification System (NAICS) code for this acquisition is 236220 and the associated small business size standard is $36.5 million dollars. B) Scope of Work Description: SABER is a type of Indefinite Delivery, Indefinite Quantity (IDIQ) contract associated with construction, maintenance, repair and alteration of real property. The primary area of coverage will be current and future NPS Parks and Park Units, located in the states of Utah and Colorado. Typical work under this contract will include, but will not be limited to: topographic surveys; geotechnical investigations; facility, land & water surveys; new building/structure construction, building renovation, rehabilitation, repair, remodeling and historical preservation; fire suppression systems; fire & intrusion detection & alarms; communication systems; heating, ventilation and air-conditioning (HVAC); plumbing, and electrical repair/replacement/upgrades; trail/road construction and repair work; energy-saving upgrades, energy-saving projects that meet LEED certification requirements, rodent proofing and feces cleanup, roofing, painting; building/facilities demolition, debris removal, structural repairs, site work, site restoration and rehabilitation, landscaping, parking lots, storm water/drainage, site work associated with campgrounds and picnic facilities expansion, construction or rehabilitation; interior & exterior utilities; site-work; landscaping; fencing, masonry; roofing; concrete work; paving; storm & sanitary sewer systems; irrigation systems; wells; limited environmental remediation; studies; and other related work; geotechnical work; utilities (Water, Wastewater, Electrical, Gas, IT, Telecommunications, etc.) installation/replacement or extensions; paving, equipment upgrades, landscaping; lead paint removal, PCB mitigation, HTRW (Hazardous, Toxic, Radioactive, Waste) removal; adobe masonry stabilization, seismic structural refit, radon testing and abatement, asbestos remediation / abatement, and any required minimal design associated with all of the various aforementioned tasks. All designs that require it shall be completed and stamped by registered design professionals, registered in the state in which the project is located and shall meet local, state, and federal regulations. All work will be accomplished in accordance with individual task order requirements, contract guide specifications, contractor revised / developed statements of work, construction drawings, and detailed line item estimates developed using the contract specific cost estimating software and unit price databases. C) Contract Term / Value: Only one (1) SABER contract will be awarded under this solicitation. The SABER contract shall be awarded for a base period of 1 year, with options for 4 additional one year periods. The total aggregate capacity of this contract shall not exceed $35,000,000.00. Combined task order awards for the base year shall not exceed $7,000,000.00. Combined task order awards for each exercised option year shall not exceed $7,000,000.00. The Government shall obligate itself to obtain not less than $2,000.00 in services for the base year of the contract, and not less than $2,000.00 in services for each exercised option year. D) Task Orders: It is anticipated that the dollar value for individual SABER task orders will typically range between $10,000.00 and $350,000.00. The minimum individual task order value will be $2,000.00 and the maximum task order value will be $1,000,000.00. Proposals for each individual task order will be solicited from the SABER contractor through a formal Task Order Request process. A SABER contract is not a requirements contract. The government is solely responsible for the decision to use the SABER contract as the appropriate contract vehicle for a particular task order requirement, or to utilize an alternate procurement method. Determination of the best procurement method for performing task order work will remain solely at the discretion of the Government. Task orders will be awarded as firm-fixed price contracts. Award of task orders will be predicated on determination of best value to the government, and fair and reasonable pricing. Each task order will be awarded pursuant to FAR 16.505. The rules and pricing guidance of FAR Part 16 will be applicable to all task orders. E) Award Schedule: All dates are tentative and are subject to change. ----- Issue Request for Proposal: On or about 25 June 2015 ----- Proposals due: 27 July 2015 ----- Contract Award: On or about 31 August 2015 F) Pre-Proposal Conference: A pre-proposal tele-conference is scheduled to be held on Friday 10 July 2015, at 10:00 AM, MST. Access information for the tele-conference is provided below. ----- Dial-In Number: 866-755-3728 ----- Pass-Code: 5229831# G) Contract Type: Indefinite Delivery - Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) H) Proposal Evaluation Factors: Award will be made to the Offeror presenting the best value to the Government. Selection will be based on price and non-price factors. The price factor is represented by the offeror's proposed contract coefficients. All non-price factors are approximately equal in importance. The evaluation factors will be: ----- Experience ----- Past Performance ----- Technical / Management Plans ----- Price When combined, all non-price factors will be significantly more important than price. I) Primary Points of Contact: ----- Kelvin Smalls: kelvin_smalls@nps.gov ----- Julie Newland: julie_newland@nps.gov

Overview

Response Deadline
Aug. 7, 2015, 1:00 a.m. EDT Past Due
Posted
July 27, 2015, 5:38 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 7/27/15 Denver Service Center issued Solicitation P15PS00672 for Lakewood MABO SABER Contract due 8/7/15. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z.
Primary Contact
Name
Smalls, Kelvin kelvin_smalls@nps.gov
Email
Phone
None

Secondary Contact

Name
None   Profile
Phone
None

Documents

Posted documents for Solicitation P15PS00672

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation P15PS00672

Award Notifications

Agency published notification of awards for Solicitation P15PS00672

IDV Awards

Indefinite delivery vehicles awarded through Solicitation P15PS00672

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation P15PS00672

Similar Active Opportunities

Open contract opportunities similar to Solicitation P15PS00672

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
July 10, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 10, 2019