Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

Y -- Y--Correct Critical Safety Hazards and Rehabilitate the Ahwahnee Hotel NHL-Seismic

Notice Date
3/4/2022 8:40:58 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DSC CONTRACTING SERVICES DIVISION DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140P2022R0017
 
Response Due
3/18/2022 3:00:00 PM
 
Archive Date
03/18/2023
 
Point of Contact
Mascarenas, Joelle, Phone: 808-738-6518
 
E-Mail Address
Joelle_Mascarenas@nps.gov
(Joelle_Mascarenas@nps.gov)
 
Description
ACTION: Pre-Solicitation Notice PRE-SOLICITATION NUMBER: 140P2022R0017 CLASSIFICATION CODE: Y1QA � Construction of Restoration of Real Property (Public or Private) CONTRACTING OFFICER: Joelle Mascarenas DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver, CO 80225 POINT OF CONTACT: Patrick Naulty, Contract Specialist, (303)987-6701, patrick_naulty@nps.gov PLACE OF PERFORMANCE: Yosemite National Park, Yosemite, California PLACE OF PERFORMANCE POSTAL CODE: 95389 PLACE OF PERFORMANCE COUNTRY: USA Title of Project: Ahwahnee Hotel Seismic Upgrades, Yosemite National Park, YOSE-154910B 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 Systems for Award Management website at www.sam.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.sam.gov without registering. The SAM (www.sam.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 18, 2022. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. The NAICS Code for this requirement is 236220 with a size standard of $39.5 million. Title of Project: Ahwahnee Hotel Seismic Upgrades, Yosemite National Park, YOSE-154910B Description: The Ahwahnee Hotel, a National Historic Landmark building, is an architectural crown jewel in the national park system. PMIS 154910 will execute the Ahwahnee Comprehensive Rehabilitation Plan (CRP), a phased, long-term program of comprehensive repair and upgrades to bring this year-round landmark hotel, guest cottages and employee dormitory into compliance with current codes, seismic safety standards, and accessibility requirements. This project includes Component B (seismic strengthening) and additional CRP items related to or impacted by the seismic work. Component B (SEISMIC STRENGTHENING) will provide structural seismic retrofits to comply with current seismic safety standards for existing federal buildings. Seismic scope includes the following: . Brace Dining Room in N/S Direction . Brace Dining Room in E/W Direction . Interconnect Dining Room Stone Columns . Reinforce Hotel Stone Chimneys . Brace Two-Story Tall Gypsum Block Walls in Great Lounge . Install Shear Walls at South Wing . Replace Deteriorated Floor Slab at Kitchen . Brace Entry Walkway and Porte Cochere . Anchor Exterior Granite Veneer . Anchor Major Equipment . Reinforce Cottage Chimneys . Expand Snowmelt and Retention at Dining Room Roof . Replace Large Glazing Panes in Dining Room . Replace Large Glazing Panes in Solarium Other, non-seismic CRP items in the project scope include: . Replace AHU and upgrade HVAC in Dining Room . Replace the Maintenance Shed . Insulate Attics . Repair Fire Protection of Steel in Attics . Reconstruct Stamped Paving at Ground Floor Terraces . Replace Waterproofing at Stone Piers and Chimneys . Rehabilitate Historic Windows at Dining Room . Rehabilitate Historic Windows at Ground Floor Public Spaces . Rehabilitate Exterior Log Columns, Rafter Tails, Soffits, and Panels Construction of the seismic project will be phased. During rehabilitation of the kitchen, guest food service will continue from an on-site temporary kitchen facility installed and operated under a separate contract. Within the overall project Period of Performance, the seismic project will require substantial completion of the hotel kitchen in September 2023 so that kitchen operations can resume, and the temporary kitchen can be removed. Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror�s technical capability in comparison to its price. Estimated Price Range: Over $10 million Estimated Period of Performance: 520 Days (July 2022 to October 2024) 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. 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
SAM.gov Permalink
(https://sam.gov/opp/83bc17f4a51b43c1afa4f17172948434/view)
 
Record
SN06257690-F 20220306/220304230101 (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.