Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2022 SAM #7439
SOURCES SOUGHT

Z -- Z--EFMO - Visitor Center Breezeway and Bridge Restoration 36698

Notice Date
4/11/2022 9:52:45 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6022R0008
 
Response Due
4/18/2022 3:00:00 PM
 
Point of Contact
Parizek, Bridget, Phone: 402 6611896, Fax: 5806222296
 
E-Mail Address
Bridget_Parizek@nps.gov
(Bridget_Parizek@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought � Visitor Center Breezeway and Bridge Restoration - EFMO, Harpers Ferry, Iowa, 140P6022R0008 The National Park Service requests information from small business vendors registered as small businesses under NAICS 236220 Commercial and Institutional Building Construction, with a size standard of $39.5M or that meets that size standard and can perform the work. Vendors interested in submitting a proposal for this requirement should send a Statement of Qualifications. Submit information to the Contract Specialist, Bridget Parizek, at Bridget_Parizek@nps.gov, no later than (NLT) 10:00 AM CT on April 18, 2022. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy decision based on the results of this market survey and a future solicitation may be issued as unrestricted without further consideration. The Work consists of the following: The work for this Project consists of selective demolition and reconstruction of the northeast corner of the Visitor Center at the exterior structured walkway of the Main Level and storage area of the Lower Level directly below. The existing steel structure will be retained, and will support new steel beams, metal deck and insulated concrete topping. Exterior walls of the wrap-around will be demolished and replaced with infill metal stud walls with wood siding and a new exterior door at the north. The new exterior walkway will be provided with a new metal railing. The interior work consists of new walls and doors, new lighting, reinstallation and modification of the automatic sprinkler system, reinstallation and new electric unit heaters, and other associated work. The National Park Service anticipates awarding a Firm Fixed-Price contract. In accordance with FAR 36.204, the magnitude of construction is: between $250,000 and $500,000. Period of Performance: 365 calendar days from Notice to Proceed Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through https://www.sam.gov. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the Contract Specialist, Bridget Parizek, Bridget_Parizek@nps.gov. Include the reference number (140P6022R0008) in the subject line. DISCLAIMER: This is NOT a solicitation announcement. This is a sources sought announcement only. Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements. Electing not to submit a capability statement does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not submit a capability statement. Any subsequent solicitation, if issued, will be subject to availability of funds. Interested firms must submit the following information: � Name of Firm � Point of Contact � Address � Phone Number � Email Address � DUNS Number � Capability statement- A brief summary of capabilities. � Size status/SBA certifications (size standard for NAICS 236220) Mark all that apply: � Small Business (meets size standard for NAICS � Women Owned Small Business (WOSB) � Economically Disadvantaged Women Owned Small Business (EDWOSB) � HUBZone � Service Disabled Veteran Owned Small Business (SDVOSB) � Other (specify) Please include the reference number (140P6022R0008) in the subject line of all correspondence. Future announcements concerning this requirement may be found on https://www.sam.gov under Keyword / Solicitation #: 140P6022R0008. END OF ANNOUNCEMENT
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/214ac622617246b9877a62bb76fb8d64/view)
 
Place of Performance
Address: 151 Highway 76, Harpers Ferry, IA 52146-7519, USA
Zip Code: 52146-7519
Country: USA
 
Record
SN06295022-F 20220413/220412211322 (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.