Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2017 FBO #5620
SOURCES SOUGHT

Y -- GWMP 216010A Rehab Arlington House - Sources Sought

Notice Date
4/11/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
 
ZIP Code
80228
 
Solicitation Number
P17PS01037
 
Point of Contact
Heather Vogt, , Victoria Nosal,
 
E-Mail Address
Heather_Vogt@nps.gov, victoria_nosal@nps.gov
(Heather_Vogt@nps.gov, victoria_nosal@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This sources sought is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government is seeking to identify QUALIFIED SMALL BUSINESS SOURCES for a COMPETITIVE PROCUREMENT under 2017 North American Industry Classification System (NAICS) 236220 Commercial and Institutional Building Construction (Size Standard - $36.5 million). The National Park Service (NPS), Denver Service Center (DSC) requires a firm fixed price construction contract to restore and rehabilitate the historic Robert E. Lee Memorial (Arlington House) mansion, slave quarters, and surrounding grounds, located within Arlington National Cemetery in Arlington, Virginia, and administered by NPS under the authority of the George Washington Memorial Parkway ((GWMP) (the park)). The Work includes restoration and/or rehabilitation and repair of four historic buildings including the Arlington House Mansion (Main House), North Slave Quarters, South Slave Quarters, and Museum (Potting Shed); extensive renovation and addition to the non-historic Comfort Station; minor alterations to the Mechanical Bunker; site accessibility and circulation improvements; landscape rehabilitation; and mechanical, electrical, plumbing, communications, and security systems improvements to support the work. Estimated Construction Magnitude: $4 Million to $6 Million Period of Performance: October 2017 - June 2018. Estimated Award date is September 2017. The Government invites SMALL BUSINESS CONTRACTORS that possess the qualifications and capabilities to perform this requirement and are interested in proposing on this contract in the future to submit a response that clearly demonstrates the required qualifications and capabilities. The response shall include the information necessary to determine your company's ability to meet the requirements described within this document. Demonstrate experience and past performance in the repair, rehabilitation, and restoration of historic buildings and other structures, and restoration of adjacent gardens and historic grounds within nationally significant historic sites. Demonstrate experience managing and coordinating a comprehensive work schedule and multiple diverse work crews and trades in a multi-disciplined historic restoration/construction project, with the goal to minimize the closure of the site to the shortest possible construction duration. Demonstrate experience in upgrading existing HVAC, electrical, and security systems, as well as, past performance in basic commissioning of systems that may be a combination of existing and new system components. Demonstrate experience managing and coordinating transportation, hauling, and material deliveries on a secure construction site (Arlington National Cemetery) and a heavily visited and sensitive work area requiring badged workers, and the ability to work with local onsite security. For this requirement, if awarded to small business, the limitation on subcontracting will apply, requiring the concern to perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Responses shall demonstrate the ability to meet this requirement. The response shall include descriptions of projects that your firm has been the prime contractor for and self-performed a minimum of 15% that are considered relevant to this project. Provide enough information so that it can be sufficiently evaluated to make a determination regarding qualifications. At a minimum, describe the project, the customer, where it was performed, what the period of performance was, the entire dollar value, how much and what was self-performed and any other relevant information. For each project, provide the contact information for the customer to include a name, phone number and email address so that past performance information can be obtained. In addition, provide a short narrative that describes how your company has the resources to finance, schedule and manage this requirement. Provide bonding capability for a single project, aggregate amount and current available bonding. Bonding Capacity Minimum of $7M Provide the company's point of contact with an email and phone number, the mailing address and DUNS number. The response to this sources sought is not expected to be a proposal, but rather a summarized description of qualifications and capabilities. Any brochures or currently existing marketing material may also be submitted. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information received from potential sources as a result of this sources sought. Respondents will not be notified of the Sources Sought results. Only electronic submissions via email will be accepted. No hard copy or facsimile submissions will be accepted. Responses to this Sources Sought may be emailed to Heather Vogt heather_vogt@nps.gov and copy to Victoria Nosal victoria_nosal@nps.gov with the title "GWMP 216010A Rehab Arlington House." Responses must be received no later than April 27, 2017 by close of business. Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P17PS01037/listing.html)
 
Place of Performance
Address: Arlington House, The Robert E. Lee Memorial, c/o George Washington Memorial Parkway, Turkey Run Park, McClean, Virginia, 22101, United States
Zip Code: 22101
 
Record
SN04467688-W 20170413/170411234440-6948ee5a508543f1a91bd58c1c39c435 (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 |
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.