Similar Projects
Pedestrian Fencing Glenoaks Boulevard Bridge
Infrastructure
Sub-Bidding
$146,000 CJ est. value
San Fernando, CA 91340

Sank Park Fencing Project
Infrastructure
Sub-Bidding
$150,000 CJ est. value
Oroville, CA 95965

Narrows 1 Gate Hoist Repair
Term Contract
Post-Bid
Smartsville, CA 95977

Fence - North 12th Street Streetscape
Alteration
Post-Bid
$336,000 est. value
Sacramento, CA 95811

Temporary Fencing (On-Call)
Alteration
Results
Sacramento, CA

Kingston Park Fence
Alteration
Results
Hanford, CA 93230

Blackbird Park Overthrow Fencing
Infrastructure
Sub-Bidding
$90,170 CJ est. value
Sacramento, CA 95834

Minor B - SB - Fence Replacement
Alteration
Post-Bid
$139,900 est. value
CA

Rio Cosumnes Correctional Center Honor Yard Fence Replacement
Alteration
Results
$486,500 est. value
Elk Grove, Sacramento, CA 95757

Security Fencing - Fullerton Armory
Infrastructure
Sub-Bidding
$450,000 CJ est. value
Fullerton, CA 92833

California Highway Patrol Redwood City Area Office - Fence Upgrade Services
Term Contract
Post-Bid
Redwood City, CA 94063

2021-22 Equestrian Trail Fencing
Alteration
Results
Norco, CA 92860

Gate Replacement for Eastern Regional Landfill
Infrastructure
Sub-Bidding
$400,000 CJ est. value
Truckee, CA 96161

Replace Hyde Street Pier Gate
Demolition, Alteration
Post-Bid
$25,000 to $100,000 est. value
San Francisco, CA 94109

Santa Fe Union Park Fence
Alteration
Results
Richmond, CA 94804

Last Updated 09/07/2022 07:02 AM
Project Title

Install Security Fencing for Whiskeytown Whiskeytown National Recreation Area

Physical Address View project details and contacts
City, State (County) Whiskeytown, CA 96095   (Shasta County)
Category(s) Single Trades
Sub-Category(s) Fencing
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

INSTALL SECURITY FENCING AT TWO LOCATIONS WITHIN WHISKEYTOWN NATIONAL RECREATION AREA, SHASTA COUNTY, CA The National Park Service, Whiskeytown National Recreation Area, has a requirement for the installation of chain-link security fencing and sliding gates at two locations within the park, the Headquarters area and Grizzly Gulch Wastewater Treatment Facility. The contractor shall provide all supervision, labor, materials and equipment necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation. Per FAR 36.204, the project range is estimated to be between $250,000 and $500,000. The North American Industry Classification System (NAICS) code is 238990 with a corresponding size standard of $16.5 million of gross annual receipts for the last three years. The Government contemplates award of a firm-fixed price contract resulting from this solicitation. This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers that are received from concerns that are not small business concerns, shall not be considered. The work of this project consists of removal of all old fencing components from the Headquarters Complex location, recycle all materials that are considered "recyclable" and dispose of any other materials properly in accordance with laws and regulations. Also required is the installation approximately 3000 linear feet (LF) of security style chain-link fencing with an electronic gate at the Parks Headquarters Compound. The Perimeter around the Park Headquarters Compound is already delineated and may have existing sections of fence posts that may be left in place for continued use. New 84-inch Chain-link fabric, solar powered electronic gate, and auxiliary access gates will be required for the whole perimeter of the Headquarters Compound. At the second location, install approximately 3000 linear feet (LF) of security style chain link fencing with an electronic sliding chain link gate around Grizzly-Gulch Wastewater Treatment Plant. The pre-determined 3000 LF perimeter at the Grizzly Gulch Wastewater Treatment Plant will be pre-graded and free of all vegetation prior to the installation of the fencing and solar powered electronic gate. All work is to be performed under a single contract. See Section J Attachment 01: Specifications for a detailed description of the requirement. A SITE VISIT is scheduled for Wednesday August 17, 2022, at 10:00am Pacific Daylight Time. RSVP in advance to Contracting Officer. See Section L of the solicitation for more information. Submit questions only through email to the person listed in Section L. Proposals must be received in their entirety via email as instructed in Section L no later than the date and time specified in Block 13 of the SF Period of Performance: 09/28/2022 to 05/28/2023 The Offeror may submit any questions with regard to this report by email to NDAA1290Cert@state.gov. To the extent feasible, the Department of State will respond to such email inquiries within 3 business days GENERAL 1. Submit, at a minimum, an offer that conforms to the solicitation documents. By submission of an offer, the offeror unconditionally assents to the terms and conditions in this solicitation and in any solicitation attachments. Proposals offering alternative stipulations to the requirements of this solicitation will NOT be considered or accepted. 2. In accordance with FAR 36.209, all firms, prime contractors or subconsultants, involved in developing the design or specifications for this construction solicitation are not eligible and prohibited from receiving any part of this construction award. Proposals from or containing firms under these circumstances will not be considered for award. 3. Each offeror must (a) submit an offer, as defined below, and (b) submit written information that pertains to their ability to perform quality work, as defined below and in Section M. Failure to provide the information requested may be cause for rejection of the offer. 4. Many Government-provided forms mentioned in the criteria set forth below have been collected and provided in Adobe Portable Document Format (PDF) portfolio format for the offeror's convenience (see Attachment 4). However, the offeror is cautioned that that some criteria set forth below requires submission of documents for which no form or format is provided. The offeror should carefully review the proposal preparation instructions below when formulating their proposal. 5. The Government intends to award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)); therefore, the offeror's initial proposal should be clear and complete and contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if later deemed necessary. The Government further reserves the right to reject any or all offers if such action is in the Government's best interest. B. QUESTIONS Pre-proposal questions shall be submitted a minimum of seven (7) calendar days prior to the due date and time for proposals. Submit questions only through email to: Contract Specialist, Helli Newsom, helli_newsom@nps.gov C. OFFER DUE DATE AND LOCATION 1. Offerors shall submit their proposals to the following email address so they are received in their entirety no later than the date and time specified in Block 13 of the SF 1442: helli_newsom@nps.gov D. SUBMISSION REQUIREMENTS 1. Proposals shall be submitted via email. Proposals submitted via any means other than email shall not be accepted. 2. Proposals shall be sent to the email address listed in "C - Offer Due Date and Location" above. Title subject line for all proposal submissions shall contain the solicitation number, and number of total emails, per the following example: Subj: 140P8422R0009, email 1 of 3 4. Submit proposals in separate VOLUMES (I and II) in the FORMATS specified, containing CONTENTS required. Each volume shall be submitted in separate email attachments. 5. Size limits: a. Individual email attachments shall be no larger than 38 MB. b. Each email shall be no larger than 100 MB 6. Offerors shall verify receipt of proposals. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 32 - Exterior Improvements, Fences and Gates.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents