SOLICITATION NOTICE
Z -- GUIS REPLACE EXTERIOR SIDING R5323170010
- Notice Date
- 3/13/2017
- Notice Type
- Presolicitation
- NAICS
- 238170
— Siding Contractors
- Contracting Office
- NPS, SER - West MABO Headquarters, Gulf Islands National Seashore 1801 Gulf Breeze Pkwy Attn: Contracting Officer Gulf Breeze FL 32563 US
- ZIP Code
- 00000
- Solicitation Number
- P17PS00720
- Response Due
- 4/26/2017
- Archive Date
- 5/11/2017
- Point of Contact
- Ward, Evans
- Small Business Set-Aside
- Total Small Business
- Description
- PRESOLICITATION NOTICE: The National Park Service intends to issue an INVITATION FOR BIDS solicitation for exterior renovation of the William M. Colmer's Visitors Center; this federal facility is located at Gulf Islands National Seashore (Davis Bayou Area), 3500 Park Road, Ocean Springs, Mississippi. ¿Solicitation Issue Date: on or about 04/27/2017 ¿Title of Project: GUIS REPLACE EXTERIOR SIDING R5323170010 ¿Description: The scope of work consists of all labor, materials, tools, and equipment and supervision necessary to to replace all exterior siding with fiber-cement lap siding, trim board, flashing, etc.; repair or replace damaged or deteriorated framing; construct overhang; apply caulk/sealant; paint all exterior surfaces; and recondition four (4) wooden egress doors. Tasks include, but not limited to: 1) Remove all existing exterior wood panel siding and wood plank trim board (approximately 3850 SF). 2) Remove all existing exterior wood soffit paneling over three (3) entry door areas. 3) Remove wood sheet paneling located on the underside soffit between wood siding and concrete base. 4) Replace wall studs and door entryway framing damaged or deteriorated due to insect or water intrusion. 5) Repair or replace damaged sections of window support frame damaged or deteriorated due to insect or water intrusion. Qty: Forty (40) total window frame openings range in size from 38"x 60" to 40" x 92". 6) Repair or replace sub-standard structural framing to secondary egress door rear of bldg. West elevation egress opening 90" width x 84" height. 7) Construct a protective door overhang over the secondary egress door rear of bldg. (west elevation). 8) Replace all exterior siding (approx. 3580 SF) with pre-primed fiber-cement lap siding (8 ¼ inch x 12 feet). 9) Replace all exterior trim board with pre-primer fiber cement board, sized to match existing material removed. 10) Replace metal flashing (approximately 1900 LF roof line and 1900 LF base board). 11) Apply paintable silicone caulk to all repaired/replaced areas to prevent water intrusion. 12) Apply two (2) coats of Sherwin-Williams SW 6255 "Morning Fog" satin enamel 100% acrylic exterior paint on all exterior wood surfaces. 13) Recondition interior and exterior of four (4) wooden egress doors, 14) Divert at least 50 percent of non-hazardous C&D materials and debris to recycling or recovery, 15) Code compliance: All work shall conform to applicable National and Mississippi State Codes and standards, and comply with applicable Federal, State, and municipal laws, codes, and regulations, and 16) Safety compliance: Comply with OSHA Regulations (Standards - 29 CFR) to include, but not limited to, 1926 Subpart E - Personal Protective and Life Saving Equipment, 1926 Subpart G - Signs, Signals, and Barricades, 1926 Subpart L - Scaffolds and or 1926 Subpart M - Fall Protection. ¿Type of Procurement: SEALED BIDDING method of contracting IAW FAR PART 14 and PART 36 policy and procedures. ¿Estimated price range is between $250,000 and $500,000 [lower quartile Q1)]. ¿Time for contract completion: 75 calendar days after the date the contractor receives the notice to proceed. ¿Bonding requirements: Bid guarantee (SF 24), Performance Bond (SF 25) and Payment Bond (SF 25A) will be required. Penal Amount: Bid guarantee amount shall be at least 20 percent of the bid price. The penal amount of performance bonds must equal-- (i) 100 percent of the original contract price; and (ii) If the contract price increases, an additional amount equal to 100 percent of the increase. (2) Payment bonds. the amount of the payment bond must equal-- (A) 100 percent of the original contract price; and (B) If the contract price increases, an additional amount equal to 100 percent of the increase. (ii) The amount of the payment bond must be no less than the amount of the performance bond. This procurement is set-aside 100% small business concerns. The principal North American Industry Classification System (NAICS) Code is 238170 and the corresponding size standard is $15 million. When issued, the solicitation will be posted electronically and may be accessed online via website https://www.fedconnect.net by clicking on Public Business Opportunities and conducting a simple search by title or reference number. Next click on the applicable Solicitation link and from the Solicitation page (on right-hand side of screen) all associated documents will be listed. It will be the Prospective bidders responsibility to download the solicitation package, and monitor the website for any Amendment of Solicitation, if issued. Offer due date and time for receipt of bids is tentatively scheduled for 04/26/2017 (30 days after release of solicitation). Any reference to response time is approximate only; whereas the actual date and time for receipt of bids will be established in the solicitation upon release and will appear on the face of the SF-1442 bid form. Bids shall be submitted so that they are received by the office designated in the invitation for bids not later than the exact time set for bid opening. The primary purposes of the notice are to improve small business access to acquisition information and enhance competition by identifying contracting and subcontracting opportunities. Any bidder capable of satisfying the agency's requirement and interested in being considered for award must have an active registration in the System for Award Management (www.sam.gov). Information on SAM registration may be obtained online at https://www.acquisition.gov or https://www.sam.gov. The designated Point of Contact for inquiries about this proposed acquisition may be directed in writing to Andre Ward, Contracting Officer (email: andre_ward@nps.gov is acceptable).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00720/listing.html)
- Place of Performance
- Address: Gulf Islands National Seashore MS District Davis Bayou Area 3500 Park Road Visitor Center and Administrative Office Ocean Springs MS 39564-9709 United States
- Zip Code: 39564-9709
- Zip Code: 39564-9709
- Record
- SN04432873-W 20170315/170313234559-de9ac65642315259fd174a557179e847 (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 |