Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
SOURCES SOUGHT

Z -- Rehabilitate U.S. Marine Corps War Memorial & Grounds – Grounds Repair & Improvements

Notice Date
1/9/2018
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
140P2018R0024
 
Point of Contact
Paula Johnson, Phone: (303) 987-6643, Karen La Bouff-Kind, Phone: (303) 969-2181
 
E-Mail Address
Paula_Johnson@nps.gov, karen_labouff-kind@nps.gov
(Paula_Johnson@nps.gov, karen_labouff-kind@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. NOTE: THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABILED VETERAN-OWNED SMALL BUSINESSES and/or WOMAN-OWNED SMALL BUSINESSES. The National Park Service (NPS), Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of potential SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS, and/or WOMAN-OWNED SMALL BUSINESSES for the project below. Project Name: Rehabilitate U.S. Marine Corps War Memorial & Grounds - Grounds Repair & Improvements Location: George Washington Memorial Parkway (GWMP), U.S. Marine Memorial Circle, Arlington, Virginia 22209 Estimated Magnitude: Between $500,000 and $1,000,000 Project Description The Work includes Pavement, Electrical Lighting, Mechanical/Plumbing Repairs, and Landscaping Improvements at the U.S. Marine Corps War Memorial & Grounds at George Washington Memorial Parkway (GWMP). The work under this project specifically includes: • Pavement Replacement & Repairs o Remove and replace two (2) existing deteriorated 2" black exposed aggregate concrete panels at the Memorial Plaza o Remove and replace sealant joints at existing black exposed aggregate concrete panels, steps, pedestals, cheek walls and paths at the Plaza o Remove white deposits from cracks in exposed aggregate black panels; fill cracks w/ colored grout per the drawings o Patch and repair spalls in exposed black aggregate pre-cast concrete sections o Modify bottom riser of two concrete pedestals at grade of Reviewing Stand • Memorial Plaza Granite Curbs o Repair, hone and polish minor nicks and chips on granite curbs along inner portion of Plaza o Repair one large crack, provide Dutchman repair at 3 locations, and replace four bronze louvers installed into granite curbs at select locations • Site Mechanical/Plumbing o Remove and replace two (2) existing drinking fountains at the site to include protection valve and concrete pad. Replace with new accessible units w/ hose bibs, PRV, and water line shut-off valve • Site Electrical and Lighting o Remove existing light bollards and footings and install new LED light bollards and footings o Install four (4) new light bollards and footings adjacent to the existing steps at the Plaza o Replace existing electrical outlets o Upgrade the electrical panel to be code compliant, including new distribution panel, panel enclosure, breakers, and deficient grounding connections • Site Communications and Security o Remove existing abandoned electrical panel and junction boxes from north side of pedestal o Remove existing electrical conduit, wire, and junction boxes at existing sound system speaker poles o Replace existing boxes with 2 gang back box enclosure • Site Furnishings o Install new post and chain barrier along the inside of the inner curb of the Memorial Plaza; posts and footings at every 4 ft. o Replace existing pulley at end of Memorial Flagpole along with new wire core nylon halyard • Landscape Improvements o Prepare and install 100 new evergreen hedges around perimeter of the Memorial Plaza, including planter mix, mulch, and metal edging o Prepare and install 76 new evergreen hedges around perimeter of the Reviewing Stand, including planter mix, mulch, and metal edging o Restore and re-sod damaged areas as noted on the drawings The NAICS Code for this requirement is 238990 All Other Specialty Trade Contractors with a corresponding size standard of $15.0 million gross receipts, averaged over the preceding 3 years. The size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 All firms should be certified in SAM https://www.sam.gov. The following Limitations on Subcontracting apply to each category as follows: • Small: In accordance with FAR clause 52.219-14, at least 25% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • 8(a): In accordance with FAR clause 52.219-14, at least 25% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • HUBZone: In accordance with FAR clause 52.219-3, at least 25% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. • Service Disabled Veteran-Owned: In accordance with FAR clause 52.219-27, at least 25% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. • Women-Owned: In accordance with FAR clause 52.219-30, the concern will perform at least 25% of the cost of the contract incurred for personnel with its own employees. In order to be considered capable for award of this acquisition, firm(s)/teams must demonstrate the ability to perform within the Limitation on Subcontracting requirements listed above. Firms responding to this notice must submit a narrative, not exceeding eight (8) pages, addressing the following: • Description of how capability requirements above will be met. • Brief past performance information on projects of a similar scope and magnitude • Percentage and description of self-performed work over the previous five (5) years. • IMPORTANT: Identification/certification of business size and socio-economic group, i.e. certified HUBZone business, certified 8(a) business, certified Service Disabled Veteran-Owned small business, woman-owned business, or small business. • Verifiable bonding information that aligns with the estimated magnitude of construction • Firm's name, DUNS number and CAGE Code. Responses shall be submitted by email only with a subject including the phrase "GWMP 223197B" to the following email addresses: Karen_labouff-kind@nps.gov Paula_johnson@nps.gov The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement under one of SBA's socioeconomic business programs. The NPS does not intend to pay for any information provided under this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0024/listing.html)
 
Place of Performance
Address: George Washington Memorial Parkway (GWMP), U.S. Marine Memorial Circle, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN04784523-W 20180111/180109230926-c178672721c4561b6fe786bd94016a99 (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.