Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2020 SAM #6618
SOLICITATION NOTICE

Z -- WICR - Repointing of Chimneys at Harwood House

Notice Date
1/10/2020 3:04:50 PM
 
Notice Type
Presolicitation
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
MWR MISSOURI MABO(62000) SAINT LOUIS MO 63102 USA
 
ZIP Code
63102
 
Solicitation Number
140P6220Q0010
 
Response Due
2/21/2020 8:59:59 PM
 
Archive Date
03/07/2020
 
Point of Contact
Logsdon, Kathryn
 
E-Mail Address
Kathryn_Logsdon@nps.gov
(Kathryn_Logsdon@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
PRESOLICITATION NOTICE 140P6220Q0010 DESCRIPTION: On or about January 27, 2020, the National Park Service (NPS), Midwest Region, Missouri Major Acquisition Buying Office, intends to issue a Request for Quotation (RFQ) 140P6220Q0010 to solicit quotations for a construction project at Wilson's Creek National Battlefield, Republic, Missouri, for repointing, replacing damaged bricks and applying sealer on two chimneys at a structure known as the Harwood House. OVERVIEW: The Contractor is to furnish all personnel, equipment, tools, safety barriers, supplies, materials, supervision, and other items and services necessary to successfully, and to the Government's satisfaction, repoint approximately 670 sq. ft. of early 1900s brick on two of the three chimneys at the Harwood House and replace damaged bricks (approximately 100). 1. Setup safety perimeter barriers for approved work. Setup scaffolding and/or position an aerial lift. 2. Rake/remove identified masonry joints back approximately 1 inch, thoroughly cleaning surfaces to include top and bottom faces of mortar beds. 3. High pressure wash walls and mortar beds to remove any dust and loose friable material ensuring entire elevations are cleaned to prevent staining on walls. Allow all impervious masonry to completely dry prior to mortar joint work beginning. Any existing paint on the brick surface adjacent to the house should be removed prior to applying sealer. 4. Inspect all surfaces of both chimneys, including chimney caps, for damage to existing brick and mortar, replace brick and mortar with similar looking brick and mortar as necessary to prevent further damage to the substructure of the building. Only bricks that have lost their structural integrity are required to be replaced which include bricks that are cracked, spalling, or disintegrating. The National Park Services does not have any extra brick. 5. Repoint wall surfaces and masonry joints applying accurate mortar mixtures. Repair any damage found to chimney caps with similar looking mortar. 6. Seal all surfaces of chimney, including chimney caps, with weather proof sealant, to protect from further damage. 7. Ensure all identified exterior deteriorated joints have been repointed. Clean work areas removing any excess mortar, stains or loose material. 8. Take down scaffolding or remove aerial lift and remove all safety barriers. 9. Clean work area for final inspection. 10. All work required by the project documents, which will be posted with the solicitation, will be accomplished by the Contractor even though minor items/services required may not be specifically mentioned. TYPE OF CONTRACT: This will be a single firm-fixed price construction contract and expected to be awarded in the late-February, early-March 2020 timeframe. Award will be made to only one successful quoter. Davis Bacon Prevailing Wages will apply. PERIOD OF PERFORMANCE: The period of performance will be sixty (60) calendar days from the date the Notice to Proceed is issued by the Contracting Officer and received by the Contractor. This also includes final government inspection, completion of punch list items, and final cleanup by Contractor of the contract site. MAGNITUDE OF PROJECT: Between $25,000 and $100,000. NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to this solicitation / procurement is 238140, Masonry Contractors. SMALL BUSINESS SIZE STANDARD: $16.5 million. SET ASIDE: This opportunity is set aside for Total Small Business concerns SITE VISIT: There will be only one scheduled pre-quotation site visit. The date, time and location for that site visit shall be finalized and announced in the forthcoming solicitation. Quoters are encouraged and expected to attend the scheduled site visit, to inspect the site, and to satisfy themselves regarding the conditions that may affect the cost of the products and performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. PUBLICIZING: The official solicitation package (RFQ) is anticipated to be issued and available on or about January 27, 2020 and will be posted to the BETA.SAM.GOV Opportunities website at https://beta.sam.gov (which has replaced the Federal Business Opportunities website), and on the FedConnect website at https://www.fedconnect.net. The keyword/solicitation/reference number for the Request for Quote will be 140P6220Q0010. The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the quoters to monitor the BETA.SAM.GOV and FedConnect websites to download the solicitation, specifications and drawings, other attachments, and all amendments issued against the solicitation. This Presolicitation Notice does not constitute a solicitation; it is only advance notification that a solicitation for quotes will be forthcoming. RESPONSE TIME AND AWARD: Response time for submission of all quotes is anticipated to be February 21, 2020. The method in which quotes are to be submitted will be announced in the forthcoming solicitation. This will be a competitive selection subject to FAR Part 13. The government will make award to the Quoter whose quote, conforming to the solicitation requirements, is determined to be the best value to the Government when applying the lowest price technically acceptable source selection process. REGISTRATION: All quoters are to have a Unique Entity Identifier (UEI) number (formerly known as DUNS), be registered and active in the System for Award Management (SAM) at https://www.sam.gov, have completed their Representations and Certifications (Reps & Certs) and be represented as a small business concern under the NAICS Code of 238140 at the time of submission of your quote. Failure to have this requirement completed at the time of submission will render the quote ineligible for consideration. If you require assistance with acquiring a UEI number, completing your SAM Registration, Representations and Certifications, adding the assigned NAICS Code to your Reps & Certs, or accessing the solicitation and its attachments, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at http://www.aptac-us.org/new/. POINT OF CONTACT: The point of contact for this Presolicitation Notice is Kathryn M. Logsdon, Contracting Officer, and can be reached by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d214bb27b08f417eb721019cc314d4a2/view)
 
Place of Performance
Address: Wilson's Creek National Battlefield, 6424 W. Farm Road 182, Republic, MO 65738-9492, USA
Zip Code: 65738-9492
Country: USA
 
Record
SN05531944-F 20200112/200110230128 (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 |
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.