Z--SEKI REHAB CEDAR GROVE PRIMARY WWTP

Agency: INTERIOR, DEPARTMENT OF THE
State: Federal
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159971248913712
Posted Date: Mar 25, 2024
Due Date: Apr 10, 2024
Solicitation No: 140P8524R0007
Source: Members Only
Follow
Z--SEKI REHAB CEDAR GROVE PRIMARY WWTP
Active
Contract Opportunity
Notice ID
140P8524R0007
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
PWR SF/SEA MABO(85000)
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)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 25, 2024 08:11 am PDT
  • Original Response Date: Apr 10, 2024 12:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2PD - REPAIR OR ALTERATION OF WASTE TREATMENT AND STORAGE FACILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
Description
PRE-SOLICITATION ANNOUNCEMENT
KINGS CANYON NATIONAL PARK
Rehabilitate Cedar Grove Waste Water Treatment Facility
RFP No. 140P8524R0007
The National Park Service (NPS), Kings Canyon National Park, located in California, has a requirement to rehabilitate critical components of the Cedar Grove Wastewater Primary Treatment Plant, which provides primary wastewater treatment and pumping to the secondary treatment plant for the Cedar Grove area of Kings Canyon National Park.

This project will rehabilitate the primary treatment system for a 55,000 gallon per day recirculating sand filter plant. Work will replace the existing headworks (wastewater receiving area at plant) area to be explosion proof and compliant with current National Electric Code and National Fire Protection Association codes and to make screening operations much less operator intensive; rehabilitate lift station mechanical components, including replacement of lift station pumps, valves and appurtenances and generator improvements; rehabilitate the main power feed for the primary treatment facility, including replacement of the main electrical service connect and improved grounding; rehabilitate the 40,000 gallon primary tank, including new guardrail around the perimeter of the tank, new tank access manways, new dewater pumps and new effluent filters; replace the odor control system; and rehabilitate the data and control system, including new communication units at the primary treatment.

This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 237110; the small business size standard is $45.0 million. The construction magnitude for this solicitation is $1,000,000.00 to $5,000,000.00.

The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a Best Value determination made after consideration of price and other non-price factors (technical capability and past performance) as listed in the RFP. The RFP will be available via electronic commerce only and may be accessed on or about April 10, 2024, at SAM.gov: https://sam.gov/. The due date for proposals will be 30 days after the date of issuance of the RFP. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFP.

An organized site visit will be scheduled and information will be included in the solicitation; potential offerors can view the site at their discretion if they are unable to attend.
SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website.

A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor¿s own expense.

NOTE: Information contained in this pre-solicitation announcement is subject to change.
Attachments/Links
Contact Information
Contracting Office Address
  • 333 BUSH STREET SUITE 500
  • SAN FRANCISCO , CA 94104
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 25, 2024 08:11 am PDTPresolicitation (Original)

Related Document

Apr 11, 2024[Solicitation (Original)] SEKI REHAB CEDAR GROVE PRIMARY WWTP

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 >