Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2025 SAM #8605
SPECIAL NOTICE

Y -- Y--National Park Service (NPS) Denver Service Center (DSC)YELL 311631 Yellowst

Notice Date
6/16/2025 1:13:56 PM
 
Notice Type
Special Notice
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
DSC CONTRACTING SERVICES DIVISION Denver CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140P2025B0001
 
Response Due
7/10/2025 12:00:00 PM
 
Archive Date
07/25/2025
 
Point of Contact
Longshore, Jason, Phone: 3039692288, Fax: 314/842
 
E-Mail Address
Jason_Longshore@nps.gov
(Jason_Longshore@nps.gov)
 
Description
This pre-solicitation announcement is to advise the Industry that NPS DSC intends on issuing an IFB Solicitation for the Construction Services described below, in support of the above referenced project requirement at Yellowstone National Park, Gardiner, Montana. This PSN is not a formal Solicitation in itself, but rather a Synopsis of forthcoming IFB 140P2025B0001. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after June 24, 2025. General Project Description and Scope: This project is located at Yellowstone National Park, Gardiner, Montana to Replace the Mammoth Sewer Collections System. Work to be performed under this Construction Services project requirement includes: This project includes gravity sewer rehabilitation and repair throughout the Mammoth Hot Springs area. Open trench replacement, CIPP lining, pipe bursting, horizontal directional drilling, and manhole repairs and/or replacement are all a part of the project scope as detailed in the plans and specifications. North American Industry Classification System (NAICS) Code for this requirement is: 221320 � Collection, Treatment and Disposal of Waste. Set-Aside: Small Business - Set-Aside Size Standard: $35 Million. Product Service Code (PSC): Y1ND � Construction of Sewage and Waste Facilities Magnitude of Construction: More than $10M Anticipated Period of Performance: 365 calendar-days from Notice to Proceed (NTP). Contract-Type Vehicle: Firm-Fixed-Price (FFP), Bonding: Bid, Performance and Payment Bonds will be required. Additional Information: IFB 140P2025B0001 will be issued electronically via the System for Award Management website (https://sam.gov). Specific instructions on submitting Proposals will be contained in the formal Solicitation documents, which is anticipated June 24, 2025 Documents will be made available for download purposes in Microsoft Word, Microsoft Excel, Adobe PDF, and/or HTML formats; Specifications available in Adobe PDF; and Drawings available in Adobe PDF. Paper Copies of the referenced documents will not be made available. Prospective offerors desiring to conduct business with the NPS DSC are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov, and required to have a UEI number in order to conduct business with the Federal Government. The SAM.gov website has a �Contract Opportunities� area and �Watchlist� option, where you can add your company�s interest. Registering provides the opportunity to receive notifications, which is a tool of convenience only; and does not serve as a guarantee of notification. Interested Parties are required to visit the SAM.gov website periodically to check for Amendments and other changes to the Synopsis or Solicitation documents. The NPS DSC anticipates a Pre-Proposal Conference and Site Visit, with the option to attend virtually, after issuance of the formal IFB Solicitation and prior to the Proposal Due Date. Federal Acquisition Regulations (FAR) Procedures: FAR Part 14 � �Sealed Bidding. Award shall be made to the responsible Offeror whose offer conforms to requirements and represents the lowest responsible bidder conforming to the solicitation. Invitation For Bid: The basis of award will be based on the lowest responsive bid pursuant to FAR Part 14 and result in an award to the responsible Offeror pursuant to FAR 9.1. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration (SBA) Office, to post their need for qualified Subcontractors at http://www.sba.gov . All inquiries and questions shall be submitted in writing; no verbal questions will be accepted. NPS DSC CS Division Point-of-Contact: Branch Chief, Contracting Officer, Jason Longshore, DOI, NPS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a6f39eb756f64637a1060f8444abab38/view)
 
Record
SN07478349-F 20250618/250616230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.