SOURCES SOUGHT
Z -- Reuse Warehouse for Visitor Contact Station - Sources Sought Notice
- Notice Date
- 2/15/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
- ZIP Code
- 80225-0287
- Solicitation Number
- P17PS00522
- Point of Contact
- Frank Camacho, Phone: (303) 969-2344
- E-Mail Address
-
frank_camacho@nps.gov
(frank_camacho@nps.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in via e-mail to demonstrate same or similar experience. This is not a Request for Proposal or Invitation to Bid. No proposal package, solicitation, specification or drawings are available with this announcement. Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests. If you choose to submit a package, clearly identify the following park and project on your package (MIIN 159776 - Rehabilitate & Adaptively Reuse the Relocation Center Warehouse for Minidoka Visitor Contact Station ) and identify if any your socioeconomic status (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, and Small). Your email capability information MUST be 6 pages or less and be SPECIFIC to the scope provided. You must also provide a letter from your bonding company verifying your bonding levels. Your response is due no later than 4:00 pm Mountain Time on March 02, 2017. The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a competitive set-aside or full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc.-see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. All firms shall be registered and certified in www.SAM.gov. Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011. Send your email responses frank_camacho@nps.gov. Analysis of the quality of responses to this sources sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement. Minidoka National Historic Site Rehabilitate & Adaptively Reuse the Relocation Center Warehouse for Minidoka Visitor Contact Station NAICS Code: 236220 - Commercial and Institutional Building Construction Estimated Cost Range: $2,500,000 to $3,500,000 Estimated Period of Performance: September 2017 - September 2018 Project Description: The project is to rehabilitate the Minidoka historic Relocation Center Warehouse #5 and adaptively reuse the facility to serve as the Minidoka Visitor Contact Station. Associated visitor facilities will also be added. The contractor shall rehabilitate the historic wood-framed warehouse, to include a visitor reception/information desk, ranger office, theater, and interpretive exhibit space. In addition the contractor shall construct new visitor restrooms in an adjacent structure, on a historic concrete slab. The contractor shall construct a fully ADA-compliant, safe and comfortable facility that provides visitor information and orientation services, interpretive media and educational programming. The historic wood structure will be retained and repaired to the fullest extent possible, while new energy efficient mechanical, plumbing, and electrical systems will be installed, in addition to restroom facilities. The project also includes an option for the installation of a roof mounted photovoltaic system. Site work includes the installation of an above ground fire suppression system tank, pump, pump house, new water well, and utilities, in addition to visitor parking and sidewalks. ***************************************************************************** Firms interested in the project should possess the following specialized skills and experience and address these specialized skills and experience in their responses to this Notice. Factor 1: Team's Prior Experience: Contractors will be evaluated based upon the extent of their team's successful completion of projects similar to that noted above. Presented projects shall demonstrate experience working on projects: • Of similar size based upon project contract price, • Of similar scope, • With historic building rehabilitation and restoration techniques, including familiarity with Secretary of Interior's Standards for Rehabilitation, and • With structural/building moving techniques, including hydraulic jacking or lifting, bracing, and/or temporary structure supports or cribbing. Factor 2: Key Personnel & Subcontractors: Contractors will be evaluated based upon the qualifications & experience of proposed key personnel and subcontractors. Bonding Capability: Interested firms MUST provide a letter from their bonding company to confirm their bonding capacity.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00522/listing.html)
- Place of Performance
- Address: Minidoka National Historic Site, Jerome, Idaho, 83338, United States
- Zip Code: 83338
- Zip Code: 83338
- Record
- SN04404200-W 20170217/170215235108-048dafba462d8d93fb2bbe6f20a23aef (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 |