Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2019 FBO #6358
SOURCES SOUGHT

Z -- Highland Lighthouse Restoration (CACO)

Notice Date
4/19/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
12795 West Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
140P2119R0022
 
Response Due
5/2/2019
 
Archive Date
12/23/2019
 
Point of Contact
Paula Johnson, Contracting Officer, Phone (303) 969-2407
 
E-Mail Address
Paula_Johnson@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), Washington Contracting Office (WCO) 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. The Government anticipates a competitive method of Solicitation No.: 140P2119R0022 Project Name: Highland Lighthouse Rehabilitation Location: Cape Cod National Seashore (CACO), North Truro, Massachusetts Estimated Magnitude: Between $1,000,000 and $5,000,000 Estimated Period of Performance: September 2019 through August 2020 Project Description The National Park Service (NPS) has a requirement to rehabilitate Highland Light, an active lighthouse at Cape Cod National Seashore (CACO). The current tower was constructed in 1857, and Highland Light is the park's most significant asset. This project will correct imperiling conditions that are causing this deterioration of the oldest lighthouse on Cape Cod and prevent these problems from reoccurring. This project scope will include but is not limited to: • Provision of staging, scaffolding and tenting to provide safe access for contractor and government personnel to project areas. • Rehabilitation of masonry at tower. • Rehabilitation of metals in the tower and lantern. • Rehabilitation of wood at tower. • Provision of miscellaneous flashing and sealants. • Rehabilitation of doors and windows at lantern and tower. • Recoating of tower and lantern. • Rehabilitation of connector and equipment room. • Replacement of existing window glass with laminated glass at wood, double hung windows at connector, equipment room and tower. • Cleaning out of subsurface drainage system at equipment room, connector and keeper's house. The NAICS Code for this requirement is 236220 Commercial and Institutional Building Construction with a corresponding size standard of $36.5 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 at time of submission in response to this notice. If submitting as a joint venture, the joint venture also must be registered in SAM at time of submission. The following Limitations on Subcontracting apply to each category as follows: • Small: In accordance with FAR clause 52.219-14, at least 15% 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 15% 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 15% 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 15% 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 15% 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. Your email capability information MUST be 10 pages or less and be SPECIFIC to the scope provided for your company and any major proposed subcontractor. You must also provide a letter from your bonding company verifying your bonding levels. Include your firm's name, DUNS number, CAGE Code and identification/certification of business size and socioeconomic group in submissions responding to this notice. Required Capabilities & Evaluation Criteria: 1. Demonstrated experience performing and/or managing the trades described in the project scope for construction projects of similar scope, size and nature. Experience considered similar in nature is experience in a historic rehabilitation or preservation context. 2. Demonstrated ability to work in a highly visible, publicly accessible area, incorporating site safety and safety of the public. 3. Project management experience including client reporting, CPM scheduling, and implementation and maintenance of a Quality Control Program. Responses shall be submitted by email only to the following email address: Paula_Johnson@nps.gov Responses are due on THURSDAY, MAY 2, 2019 by 1200 MT. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2119R0022/listing.html)
 
Place of Performance
Address: Cape Cod National Seashore (CACO) North Truro, MA
Country: US
 
Record
SN05287481-F 20190421/190419230024 (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.