SOURCES SOUGHT
45 -- 45--CAVO Rehabilitate VC and Wellhouse
- Notice Date
- 1/14/2025 12:44:10 PM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- MWR NEKOTA(63000) Rapid City SD 57701 USA
- ZIP Code
- 57701
- Solicitation Number
- 140P1225R0004
- Response Due
- 1/23/2025 11:00:00 AM
- Archive Date
- 09/30/2025
- Point of Contact
- Erdley, Justin, Phone: 0000000000
- E-Mail Address
-
justin_erdley@nps.gov
(justin_erdley@nps.gov)
- Description
- The National Park Service (NPS) is conducting a market survey to determine the interest and capability of contractors for a possible upcoming project. 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 determination based on the results of this market survey. The NAICS code for this project is 238220, Plumbing, Heating, and Air-Conditioning Contractors, with a small business size standard of $19M. The Magnitude of Construction anticipated is between $500,000 and $1M. Interested contractors should also consider their construction bonding capacities when responding. Contractor must be registered as a small business under the listed socio-economic categories in SAM (System for Award Management) under NAICS code 238220 to be considered/confirmed. Overview: Prime contractors interested in working at Capulin Volcano National Monument the work will consist of: This project encompasses all mobilization, work, labor, materials, and oversight (including prime and subcontracting) required to rehabilitate the Visitor Center Building and Wellhouse. The scope of work includes: Installation of all components necessary for a functioning and code-compliant heating and ventilation system. Removal of biohazardous materials, including rodent and bat excrement, with disinfection per EPA and CDC standards. Replacement of above ceiling ducts, diffusers, and installation of propane furnaces. Installation of a code-complaint digital and addressable fire alarm and detection system. The replacement of an existing electrical panel and subpanel, including new feeders and electrical disconnect. Any additional work required to provide code-compliant electrical service. This project will require expertise across multiple disciplines, including but not limited to: mechanical engineering; electrical engineering; fire safety/protection engineering, and environmental health and safety. We anticipate that work would begin in early-to-mid Summer 2025. All specifications documents/drawings will be provided if/when the government proceeds with a formal solicitation. Do not contact Capulin Volcano National Monument concerning this Source Sought. All questions shall be sent to justin_erdley@nps.gov. Interested firms must submit the following information: Name of Firm Address Phone Number Email Address UEI Number Size status/SBA certifications. Mark all that apply. See FAR Part 19, Small Business Programs. � 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) � Indian Small Business Economic Enterprise (ISBEE) � Other (specify) _________________ Contractor must be registered as a small business under the listed socio-economic categories in SAM (System for Award Management) under NAICS code 238220 to be considered/confirmed. Capability statement - A brief summary of capabilities: Contractor may reply below and/or provide attachments. This section or the attachments MUST INCLUDE: 1. Bonding Limits 2. Brief explanation of your company�s ability/capabilities to perform the work outlined above 3. All information being requested above in regard to the table for: Company Name, POC info, UEI Number, and all of the size status/SBA certifications This market research is being conducted to acquire additional information about potential contractors that may be interested in performing this work. This is not an invitation for bid (IFB) or request for proposal (RFP) and does not constitute any commitment by the Government to issue any solicitation. All interested firms must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on SAM.gov. All responses must be submitted via email not later than 1200 MST, January 23, 2025. Email address: justin_erdley@nps.gov. Include the reference number (140P1225R0004) in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/25e87dc886c248a583f75c3e93c26c7d/view)
- Record
- SN07312954-F 20250116/250114230135 (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 |