SOLICITATION NOTICE
Z -- Rehab Lodgepole & Grant Grove Visitors Centers, and the Giant Forest Museum
- Notice Date
- 2/24/2016
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NPS, PWR - GOGA MABO Building 201, Fort Mason San Francisco CA 94123 US
- ZIP Code
- 00000
- Solicitation Number
- P16PS00566
- Point of Contact
- Daniska, Kyle
- Small Business Set-Aside
- HUBZone
- Description
- PRE-SOLICITATION ANNOUNCEMENT SEQUOIA AND KINGS CANYON NATIONAL PARKS REHABILITATE & CORRECT ACCESSIBILITY VIOLATIONS FOR THE LODGEPOLE & GRANT GROVE VISITORS CENTERS AND THE GIANT FOREST MUSEUM AND REHABILITATE GRANT GROVE VISITOR CENTER HVAC SYSTEM RFP No. P16PS00566 The National Park Service (NPS), Sequoia and Kings Canyon National Parks (SEKI), located in Tulare and Fresno Counties, California, has a requirement for the rehabilitation and correction of accessibility violations for the Lodgepole Visitor Center, Grant Grove Visitor Center, and Giant Forest Museum, in addition to the rehabilitation of the Grant Grove Visitor Center HVAC system. The Contractor shall provide all mobilization, labor, supervision, materials, equipment, site rehabilitation, clean-up, and demobilization. The work at Grant Grove Visitor Center includes but is not limited to the following: a.Demolition of existing heating and ventilating system, installation of new overfloor and underfloor radiant floor heating, new panel radiators, dedicated outdoor air with utilization of new and existing ducting and diffusers and new boilers; related equipment, piping, wiring and controls. b.Removal of existing attic insulation and installation of new attic insulation, and air sealing of gaps at ceiling. Installation of underfloor insulation at crawl space. c.Complete replacement of domestic water supply and return lines. d.Electrical work including new occupancy sensors at offices; lighting, switching, sensors, receptacles as required at three remodeled restrooms; new and relocated exit signage; and miscellaneous electrical work to complete systems. e.Complete exterior door and door hardware replacement and/or rehabilitation. f.Complete carpet and wall base replacement. g.Reconfiguration of Men's and Women's public restrooms in existing locations, including demolition, fixture relocation and replacement, door and door hardware replacement, new accessories and finish repair, and related furring and blocking; demolition of existing telephone room and janitor closet and construction of a new single occupancy toilet at that location, including structural repair, complete; relocation of public telephone; installation of new drinking fountain and bottle filler; installation of new wilderness permit box; demolition of concrete walkway at main entrance and installation of new concrete sloped walkway at same location; installation of new doors, door hardware and signage at main entry. Construction and installation of 2 new benches. The work at Lodgepole Visitor Center includes but is not limited to the following: a.Reconfiguration of Men's and Women's public restrooms in existing locations, including demolition, lowering of floor level, fixture relocation and replacement and finish replacement; demolition of floor and door and construction of ramp, landing and new door at northeast theater exit; installation of new sloped walkway at north west theater exit; removal of existing public telephone alcove and repair of wall. Installation of new lighting and miscellaneous electrical in the area of work. b.Replacement of plumbing fixtures at staff restrooms with water conserving fixtures. Plumbing, piping, drains and miscellaneous plumbing in the areas of work. c.Complete exterior door and door hardware replacement and/or rehabilitation. Installation of new door actuators and signage at main entry doors and southeast interior theater doors. d.Structural repairs at select locations including staff restroom, crawlspace, south porch, attic, and exhibit hall trusses. e.Complete replacement of plumbing distribution system; new water heater. f.Complete replacement of carpet tile in Room 108-Lobby and Room 111-Theater, reuse existing wood base where exists. Complete replacement of carpet tile in Office and replacement of resilient wall base. g.Addition of exit signage and egress lighting. h.Bid Options: 1)Staff Restroom and Janitor Reconfiguration, including demolition, fixture relocation and replacement, door and door hardware replacement, new accessories and finishes, and related furring and blocking. 2)Tankless water heater in lieu of tank water heater. The work at Giant Forest Museum is a Bid Option and includes but is not limited to the following: a.Removal and re-installation of select existing toilet and bath accessories Men's and Women's single occupancy restrooms; installation of new door actuator and signage at main entry door; installation of new panic hardware at northeast exit doors. Repair and replacement of finishes indicated on drawings in the areas of work; patch, repair and paint any damage or exposed areas left from demolition. b.Electrical work associated with the door actuator. The Request for Proposal (RFP) will include 16 base bid items and six bid options that may be exercised by the Contracting Officer (CO) at the time of award or during contract performance if funds are available. The project range is estimated to be between $1,000,000 and $5,000,000. The project is expected to take approximately 240 calendar days, with an anticipated start date in July 2016. This procurement is set-aside for HUBZone concerns only. All responsible sources with HUBZone status may submit a proposal which, if timely received, will be considered. The North American Industry Classification System (NAICS) code is 238220; the small business size standard is $15.0 million. The Government intends to award a single, fixed price contract. BONDS: All offerors will be required to submit a bid bond for 20% of their total proposed price. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. Award selection shall be made on a Best Value determination made after consideration of price and factors other than price (quality: project management and operating procedures, key personnel experience and technical competence with similar projects, and past performance). Award is subject to the availability of funding at the time of award. The RFP will be available via electronic commerce only and may be accessed on or about April 4, 2016 at either FBO: http://www.fbo.gov or FedConnect: http://www.fedconnect.net. The due date for proposals will be 30 days after the date of issuance of the RFP. However, this may be extended at the discretion of the Government. The prospective Offeror is responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFP. A Site Visit will be scheduled on or about April 18, 2016. See Section L of the RFP (when issued) for more information. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website. Interested parties may explore the SEKI website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/seki. NOTE: Information contained in this pre-solicitation announcement is subject to change.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00566/listing.html)
- Record
- SN04029284-W 20160226/160224234358-c7e0c4e6650c5dbb22ecfd865268e45c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |