North Dakota Bids > Bid Detail

Z--THRO North Unit Rehab Asphalt Riverbend Scenic Overlook

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159110533777234
Posted Date: Jun 14, 2023
Due Date:
Solicitation No: 140P6323B0011
Source: https://sam.gov/opp/63e5b3b3cc...
Follow
Z--THRO North Unit Rehab Asphalt Riverbend Scenic Overlook
Active
Contract Opportunity
Notice ID
140P6323B0011
Related Notice
140P6323B0011
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
MWR NEKOTA(63000)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 14, 2023 01:24 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1LZ - MAINTENANCE OF PARKING FACILITIES
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Medora , ND
    USA
Description
Pre-Solicitation Notice:

The National Park Service (NPS), MWR NEKOTA Major Acquisition Buying Office (MABO) intends to issue an Invitation for Bids (IFB)/Sealed Bid process solicitation.

Type of Contract: The NPS intends to award a firm-fixed price, construction contract in response to this IFB.

Solicitation No.: 140P6323B0011.

Project Location: Theodore Roosevelt National Park, 208 Scenic Drive, Watford City, ND 58854. Approximately 7.8 miles from the park entrance station at the intersection of Scenic Drive and Highway 85.

Project Description: Perform the demolition of approximately 14,300 square feet of existing parking and pedestrian surface at the defined project area. And construction of a replacement approximately 15,090 SQ.FT. lot, including the replacement of nonconforming pavement sub-base layers for the installation/construction of the asphalt paving and adjacent concrete ABA accessible concrete paths, concrete pad fixtures, replacement wheel-stops, signage and pavement and curb markings and surface grading.

Limitations on Subcontracting: Contractors must also consider their ability to manage subcontractors of various business sizes and categories to ensure compliance with Limitations on Subcontracting requirements as outlined in the Federal Acquisitions Regulation.

Period of Performance: 90 calendar days. Estimated start time late August 2023. The final performance period start date is contingent on issuance of Notice to Proceed.

Magnitude: Between $250,000 and $500,000.

Notice of Set Aside: This acquisition is set-aside for 100% Total Small Business Set-Aside.

The associated NAICS code is 237310, Highway, Street, and Bridge Construction. The small business size standard is $45 million.

IMPORTANT NOTICE: Businesses registered in the System for Award Management (SAM.gov) must update their SAM registration in order to have their small business status updated based on the new size standards effective March 17, 2023. Until the SAM registration is updated, the SAM profiles will continue to display the small business status under the old size standards.

Site Visit: A Pre-bid site visit will be scheduled, and the details announced with the release of the IFB. Offerors are highly encouraged to attend the scheduled site visit to ensure they fully understand the requirement and conditions that may affect the specifications, cost of project, and performance.

Publicizing: The IFB package, including applicable specifications and drawings and attachments, will be posted to http://www.sam.gov Contract Opportunities on/about June 30, 2023. The responses will be due approximately 30 days after the IFB issue date and it is anticipated that the bid opening date will be scheduled on/about August 1, 2023. The specific date and time will be announced in the solicitation that will follow this notice. No hardcopies or email copies will be provided.

Registration: Offerors must have a UEI number and be registered and active in the System for Award Management (SAM) http://www.sam.gov in order to be eligible for award.

For questions, please contact Joanie Brzezinski, Contract Specialist, joan_brzezinski@nps.gov, 605-574-0515.
Attachments/Links
Contact Information
Contracting Office Address
  • DOI, NPS, MWR - NEKOTA MABO 820 Columbus St
  • Rapid City , SD 57701
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >