SOLICITATION NOTICE
54 -- 54--Fully furnished manufactured homes and foundations for Yellowstone National Par
- Notice Date
- 11/13/2019 5:20:15 PM
- Notice Type
- Presolicitation
- NAICS
- 321992
— Prefabricated Wood Building Manufacturing
- Contracting Office
- IMR NORTHERN ROCKIES(12200) YELWSTN NL PK WY 82190 USA
- ZIP Code
- 82190
- Solicitation Number
- 140P1419R0030
- Response Due
- 1/20/2020 11:59:59 PM
- Archive Date
- 02/04/2020
- Point of Contact
- Hauch, Martin
- E-Mail Address
-
Martin_Hauch@nps.gov
(Martin_Hauch@nps.gov)
- Awardee
- null
- Description
- ACTION: Pre-Solicitation NoticePRE-SOLICITATION NUMBER: 140P1419R0030CLASSIFICATION CODE: 5410 � Prefabricated and Portable BuildingsNAICS CODE: 321992; size standard 500 employeesCONTRACTING OFFICER: Tammy GallegosNational Park ServicePOINT OF CONTACT:Martin Hauch, Contract Specialist, 307-690-5324, martin_hauch@nps.govPLACE OF PERFORMANCE: Yellowstone National Park, WyomingPLACE OF PERFORMANCE POSTAL CODE: 82190PLACE OF PERFORMANCE COUNTRY: USATITLE OF PROJECT: Provide manufactured homes and foundations ESTIMATED PERIOD OF PERFORMANCE: Base plus four option years; 04/01/2020 � 03/31/2025 (if all option years are exercised)ESTIMATED SOLICITATION ISSUE DATE: Estimated on/about December 19, 2019. Quote receipt date is not known at this time. The actual date will be established in the solicitation documents.TYPE OF PROCURMENT: It is anticipated that a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract will be awarded requiring submission of both technical and price data. The government will evaluate based on best value. Maximum Contract Value: $35M Minimum Guarantee: $10KGENERAL:The National Park Service (NPS), Department of Interior (DOI), Norther Rockies Major Acquisition Buying Office (NR MABO), is soliciting quotes from Total Small Businesses. Interested businesses must have the capability to perform the work described below. The solicitation will be issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov . Quote 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 Watch list 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 quotes will be contained in the solicitation documents to be issued on or after the date listed above. PROJECT DESCRIPTION: Contractor to provide one (1) and two (2) bedroom modular homes to include permanent foundations and all utility hook ups at thirteen locations throughout Yellowstone National Park. Homes are to be energy efficient for year-round occupation and comply with the �Guiding Principles for Federal Leadership in High Performance and Sustainable Building� (Guiding Principles 2016) to the greatest extent practicable in the manufacturing using the following objectives: https://www.energy.gov/eere/femp/guiding- principles-sustainable-federal-buildings� Optimize Energy Performance� Conserve Water� Enhance Indoor Environmental Quality� Reduce the Environmental Impact of MaterialsHomes must meet or exceed Standard Building Code (SBC), Standard Mechanical Code (SMC),Standard Plumbing Code (SPC) and National Electrical Code requirements (NEC). All applicable building codes including those for structural integrity.� Code for Housing Accessibility: Approximately 5% of the housing design shall comply with the� Architectural Barriers Act Accessibility Standards. The delivery orders will provide quantity� determinations by Park location.� ADA specifications: https://www.ada.gov/doj_hud_statement.pdf� Doors: Architectural Barriers Act Accessibility Standard (ABAAS) compliant for all passage� doors.Homes will incorporate elements and materials that enhance a rustic character and minimize the impression of a trailer or typical modular appearance.SET ASIDE ORDERS:This procurement is a Total Small Business set aside (SB). Responsible SB sources may submit an offer that will be considered. All responsible SB sources may submit an offer which, if submitted in a timely manner, will be considered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8cdd88a95980419480fa7c802e58c300/view)
- Record
- SN05493357-F 20191115/191117154917 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |