SOLICITATION NOTICE
Z -- RECOVERY Critical Health and Life Safety Upgrades to Annex 1 and Dining Room/Employee Services/North Bridge Portions of Many Glacier Hotel
- Notice Date
- 9/1/2009
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- N2011090512
- Archive Date
- 9/1/2010
- Point of Contact
- Joy Jamison Contract Specialist 3039692170 Joy_Jamison@contractor.nps.gov ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY. "General: The National Park Service, Department of Interior, is soliciting proposals for a firms having the capability to perform the work described below. This solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov Paper copies of this solicitation will not be made available. Prospective offerors desiring to conduct business with DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF, Specifications will be available in Adobe PDF format, and drawings will be available in TIFF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the http://ideasec.nbc.gov site for all information relevant to this solicitation. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. "Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in CCR in order to conduct business with the Federal Government. "Proposed Issue Date: September 16, 2009 (estimated) "Title of Project: Correct Critical Health and Life Safe Hazards at Many Glacier Hotel "Description: There are two work components on this project. Component A is the base bid, funded by the American Recovery and Reinvestment Act (ARRA). This includes critical health and life safety upgrades to Annex 1 of Many Glacier Hotel. Work includes, but is not limited to complete replacement of: fire suppression, fire alarm, plumbing, electrical, exhaust fan and lighting systems; structural upgrades for gravity and seismic capacity, repair/replacement of deteriorated or compromised structural members, fire resistance upgrades to architectural systems and the removal/re-installation or removal/installation of new architectural finishes associated with this work. The majority of the work is interior. Annex 1, which constitutes approximately 55,000 gsf and includes ninety seven (97) guest rooms will be closed for the duration of the work, with the exception of a few noted areas that will remain open, to support guest flow and hotel operations.Component C is a bid option, subject to availability of funds, which may or may not be exercised, either at the time of award or via unilateral modification within a specified time period following award. If funded, Component C will be performed concurrently with Component A, and includes critical health and life safety upgrades to the Dining Room/Employee Services/North Bridge portions of Many Glacier Hotel. Work includes, but is not limited to complete replacement of: fire suppression, fire alarm, plumbing, electrical, HVAC and lighting systems; the reconstruction of "lost" historic architectural features; new roofing and roof structure over a portion of the building; new Dining Room windows; structural upgrades for gravity and seismic capacity, repair/replacement of deteriorated or compromised structural members, fire resistance upgrades to architectural systems and the removal/re-installation or removal/installation of new architectural finishes associated with this work. Minor civil work, primarily associated with drainage around the building is also included as is minor work in the Kitchen. This portion of the building constitutes approximately 24,500 gsf and includes seven (7) guest rooms. The Kitchen, trash storage area, Employee Dining, Interlaken Lounge and beer cooler all shall remain operational during the guest season and 80% of the Dining Room shall remain usable during the guest season. Other areas, designated on the staging plans, shall also remain operational or accessible, during the guest season, to support hotel operations. "General notes: The construction season varies in Glacier National Park. Snow may occur as early as September, but in general, larger amounts of snow impeding demolition and construction would not normally be expected until late October, in addition there is an annual mandatory shutdown from December 1 - March 31 each year. Since NPS and Concessioner will occupy site and existing hotel building during portions of the construction period, the selected contractor must cooperate with NPS and Concessioner during construction operations to minimize conflicts and facilitate NPS and Concessioner usage. Approximate opening and closing dates of the hotel are as follows: o2010:6/4/10 - 9/20/10o2011:6/17/11 - 9/12/11o2012:6/15/12 - 9/23/12 "Site Visit: An organized site visit will be held on September 29, 2009. Exact meeting place and time will be identified in the solicitation documents. "Type of Procurement: A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. "Estimated price range: $15,000,000.00 - $20,000,000.00 for both Components A and C "Time for completion: Completion date is June 8, 2012. Period of performance includes an annual mandatory shutdown from December 1 - March 31. "Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. "All responsible sources may submit an offer that 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, service-disabled veteran-owned small business, HUBZone 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, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. In order to be considered for award, all large businesses will be required to submit an acceptable Small, HUBZone Small, Small Disadvantaged, Women-owned, Veteran-Owned Small Business Subcontracting Plan with their proposal. The NPS will not accept a Small Business Subcontracting Plan that does not guarantee that a minimum of 10% of the total contract value will be subcontracted to small business, which will be monitored and enforced during construction performance. The NPS subcontracting goals for Fiscal Year 2009 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 19%; Small Disadvantaged Business Concerns - 3%; Small Women-Owned Business Concerns - 5%; HUBZone Small Business Concerns - 3%; Veteran-Owned Small Business Concerns - 3%; Service-Disabled Veteran-Owned Business Concerns - 3%; 8(a) concerns - 2.5%. "Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns and 52.219-9 -- Small Business Subcontracting Plan (status of firms can be found on CCR's Dynamic Small Business Search). "Refer questions to Joy Jamison, Contract Specialist (303) 969-2170 or Lori Irish, Contracting Officer (303) 987-6776.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011090512/listing.html)
- Place of Performance
- Address: Glacier National ParkBabb, Montana
- Zip Code: 599360128
- Zip Code: 599360128
- Record
- SN01936460-W 20090903/090902010606-8cb1453402d8ae5e4a50c5853e137019 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |