Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2018 FBO #5941
SOLICITATION NOTICE

Z -- Seismic Stabilization and Rehabilitation of Mammoth Hotel Phase II - Pre-Solicitation Notice

Notice Date
2/26/2018
 
Notice Type
Presolicitation
 
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
140P2018R0039
 
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
Pre-Solicitation Notice Title of Project: Seismic Stabilization and Rehabilitation of Historic Mammoth Hot Springs Hotel, Yellowstone National Park, YELL 205796 GENERAL: The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a full and open basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov. Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Vendors can search for opportunities and award history on www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List and a Watchlist where you can add your company's interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a DUNS number in order to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about March 19, 2018. The NAICS Code for this requirement is 236220 with a size standard of $36.5 million. Title of Project: Seismic Stabilization and Rehabilitation of Historic Mammoth Hot Springs Hotel, Yellowstone National Park, YELL 205796 Description: The Mammoth Hot Springs Hotel was originally built in 1882 with major remodeling in 1913 and again in 1936 to its' present configuration. Mammoth hotel is listed on the National Register of Historic Places as a primary contributing property within the Mammoth Hot Springs Historic District. More than 4 million visitors come to Yellowstone each year and over 700,000 of these enter the park through Mammoth Hot Springs via the North Entrance, the only entrance open to automobiles year-round. The Mammoth Hotel has the capacity for over 335 guests to spend the night in both summer and winter. This building has a ground level footprint of 18,845 square feet and a total square footage of 56,787 sf. The Guest Wing accounts for 43,420 sf. Currently there are 124 guest rooms on four floors serving 95,000 guests annually. The Hotel has not had a major renovation in over 60 years and is at risk of major damage in an earthquake. This is the second phase of the renovation project. This Phase will focus on the renovation of the guest wing. The first phase (PMIS 189105) provided similar upgrades to the public areas of the hotel. Phase I will be complete in Fall, 2017. The scope of this project includes: • Demolition and removal of existing interior structures, partition walls, restrooms, stair tower, elevator, etc. • Seismic and structural stabilization of the Hotel that requires construction of shear walls, moment frames, and other seismic bracing. • Reconfiguration of many rooms to facilitate the installation of new bathrooms flooring and room finishes. • Complete replacement of the original electrical system including the distribution system, light fixtures, and emergency lighting. • Replacement of all existing domestic water and waste water piping and systems. • Replacement of the existing one-pipe mechanical heating system with a two-pipe thermostatic controlled heating system. • Replacement of all fire-smoke detector systems and fire sprinkler systems. • Replacement of the roof, windows and selected areas of the wood siding. • ADA compliance and accessibility will be improved including the construction of a new four story elevator and stair tower. • General site work such as sidewalks, parking, and curbs. • Work must be coordinated with other construction work at the hotel. Some of the work must be accomplished while the hotel is occupied. Safety of the hotel's guests is of utmost importance. • There is a strict construction schedule to have the hotel ready for the summer 2019 season. Estimated Price Range: More than $10,000,000 Estimated Period of Performance: 365 days from issuance of Notice to Proceed Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted and date/location will be noted in the solicitation. The resulting solicitation will be solicited as an unrestricted Full & Open Competition. All responsible sources may submit an offer which, if submitted in a timely manner, 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, 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 are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P2018R0039/listing.html)
 
Place of Performance
Address: Mammoth Hot Springs Hotel, Yellowstone National Park, Wyoming, 82190, United States
Zip Code: 82190
 
Record
SN04835355-W 20180228/180226231720-373d6a0a374a2a5d70e1716b29ebe74b (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.