SPECIAL NOTICE
Y -- Y--REHABILITATE 4 LAZY F RANCH PHASE I GRTE 237343
- Notice Date
- 4/24/2025 12:16:50 PM
- Notice Type
- Special Notice
- NAICS
- 221320
— Sewage Treatment Facilities
- Contracting Office
- DSC CONTRACTING SERVICES DIVISION Denver CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140P2025R0070
- Response Due
- 5/9/2025 11:00:00 AM
- Archive Date
- 05/24/2025
- Point of Contact
- Longshore, Jason, Phone: 3039692288, Fax: 314/842
- E-Mail Address
-
Jason_Longshore@nps.gov
(Jason_Longshore@nps.gov)
- Description
- REHABILITATE �4 LAZY F RANCH� CABINS for HOUSING PHASE I GRTE 237343 Phase I/II Design Build** This is a SSN for the purpose of conducting Market Research. Proposals are NOT being requested, nor accepted at this time. Responses are being requested from both Large and Small Businesses. ** 1. Purpose: a. The purpose of this SSN is to gain knowledge regarding the types of interested businesses and their qualifications. Information obtained through this SSN by the NPS will be utilized to develop the acquisition strategy. The amount of interest, or lack thereof, will determine the possibility of a Small Business or other Socio-Economic Set-Aside for solicitation and award purposes. Analysis of the quality of responses to this SSN will be considered in the Market Research being conducted and in the making of any set-aside determination for this requirement.; b. The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a small business or other socio-economical small business set-aside for the solicitation. Analysis of the quality of responses to this source sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement; and c. No solicitation, proposal package, specifications, or drawings are available with this SSN. 2. Cost Reimbursement: Response to this announcement is strictly voluntary. No reimbursement will be made for any costs associated with providing information in response to this SSN, nor any follow-up information requests. 3. Bonding: Bid, Performance, and Payment Bonds are anticipated to be required. 4. North American Industry Classification System (NAICS) code: 221320 and Size Standard: $35M Project Description: This design/build project will be to install a new sanitary sewer collection system and any required lift stations and force mains, equipment, and appurtenances, between the historic 4LF cabins and the existing sewer treatment facility in Moose, WY. The new sewer line shall be installed along the existing �4 Lazy F Road� gravel road corridor since it already contains other modern utilities. The distance between the 4LF cabin area and the sewer treatment facility in Moose is approximately 1.4 miles. A potable water distribution system will also be installed and connect to an existing 8-inch water main at the 4 LF site. a. The project is located at Grand Teton National Park, Teton County, Wyoming b. Magnitude of construction is Between $1,000,000 and $5,000,000; c. The surrounding area is urban or rural with limited staging. d. The construction site is 20 of miles from nearest suppliers and lodging facilities; e. The Park will remain open during construction, thus contract activities and logistics must be structured and scheduled to minimize visitor impact; f. The site requires protective measures to ensure the surrounding area remains undisturbed; g. The structure is a historic/natural/cultural resource; h. The anticipated period of performance of 365 calendar days including any potential weather shutdown; i. There are seasonal/other shutdowns mandated through the construction season; and j. Winter construction may be required. 5. Project Scope: After years of very limited use and deferred maintenance, the water and wastewater systems within the 4 Lazy F area must be replaced prior to the structures being utilized for seasonal park housing. Little is known of the existing water and sewer systems. It is assumed that all the structures are served by a septic tank and leach field but nothing is known about configuration, sizing, and construction date. The water system was supplied by a well located in a small well house. The structure has fallen into disrepair and is collapsed on top of the well casing. The capacity, depth, and integrity of the well is unknown. The location, type, and size of the network of pipelines feeding the existing water distribution system is unknown as well. It is unlikely that the well or water system have capacity to address fire suppression at the development. In 2018, an 8-inch HDPE water transmission main was installed from the Moose Water System to 4LF. This main currently dead-ends at a fire hydrant near the main lodge. This main has fire suppression capacity to the fire hydrant. Replacement of the water system will ensure proper water and fire service to each of the proposed structures and allow for better NPS operation and maintenance. 6. Solicitation: At this time, NPS DSC anticipates issuing a competitive Request for Proposals (RFP) around the June 2025; and awarding a single Firm-Fixed-Price (FFP) contract. 7. Submittal Instructions: The interested Contractor shall respond no later than May 9, 2025, 12:00 PM MT by emailing the questionnaire to the Contracting Officer at : Jason_longshore@nps.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/587a416864104acda55bb3b9f1699bd9/view)
- Record
- SN07419964-F 20250426/250424230045 (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 |