SOLICITATION NOTICE
Y -- PEVI - 201919 - Memorial Repointing Project
- Notice Date
- 5/26/2016
- Notice Type
- Presolicitation
- NAICS
- 238140
— Masonry Contractors
- Contracting Office
- Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
- ZIP Code
- 80228
- Solicitation Number
- P16PS00702
- Archive Date
- 6/13/2016
- Point of Contact
- Monica Divelbess, Phone: (303) 987-6766, Dane Johnson, Phone: 303-969-2398
- E-Mail Address
-
Monica_Divelbess@nps.gov, dane_johnson@nps.gov
(Monica_Divelbess@nps.gov, dane_johnson@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- General The National Park Service (NPS), Department of the Interior (DOI), will be soliciting proposals on a small business set-aside basis from all interested small business firms having the capability to perform the work described in this notice. The solicitation will be issued electronically through the Federal Business Opportunities (FBO) website at www.FedBizOpps.gov. Proposal documents, specifications and drawings, and other documents (as available) will be provided for download in Microsoft Office 2010; Word and Xcel; and HTML, and Adobe.pdf file formats. Interested parties will be required to visit the FBO website periodically to check for amendments and other changes to the solicitation and associated documents. No other notifications will be sent. Please Note: Paper copies of the solicitation and associated documents will not be made available. Prospective Offerors desiring to conduct business with the DOI/NPS are requested to be registered in the System for Award Management (SAM) at www.sam.gov. Any Offeror awarded a contract with DOI/NPS will be required to enroll in SAM prior to award. Solicitation Information The NAICS code for this requirement is 238140 with a size standard of $15M. Proposed Solicitation Issue Date: on or about 20 June 2016 The estimated Range of Magnitude for this requirement is between $3,000,000 and $4,500,000 including all labor, materials, equipment, and expertise necessary to perform all operations required for successful completion of project performance. The anticipated procurement type for this requirement is a negotiated Firm-Fixed-Price contract. If awarded, award will be made to the Offeror whose proposal represents the best value to the Government. The Requirement The work associated with the proposed contract will be completed not later than 240 calendar days after receipt of a Notice to Proceed. The anticipated Period of Performance will be April 2017 through November 2017. This project is located at Perry's Victory and International Peace Memorial on Put-in-Bay Island which is 20-minutes away by ferry from Port Clinton, Ohio. The Memorial is the largest Doric column in the United States and is equivalent to a 35-story building. This project involves performing large scale cement-lime mortar repointing and cleaning of the granite load-bearing masonry column. Experience with historic preservation work is important because the Memorial is a historic landmark and the work shall be performed in accordance with the Secretary of the Interior Standards for the Treatment of Historic Properties. Previous experience working on high-rise buildings or structures is a major part of this project. The successful contractor shall have previous experience with the preparation and installation of site mixed masonry mortar and, in particular, the know how to keep site-mixed mortar ready for a high-rise application. The granite cleaning involves performing efflorescence removal using a micro-abrasive process as a certified installer by the cleaning system manufacturer. The work involves providing multiple, suspended scaffolding swing stages used simultaneously in order to accomplish the cleaning and repointing work during a single construction season. The work consists of removal of efflorescence stains using a micro-abrasive process; removal of existing sealant, backer rod, backup mortar, and efflorescence from column joints; mixing, installation, and curing of new pointing mortar; both independent (by third party) and quality control inspecting of the work by the prime contractor; and re-working joints, if necessary, to ensure that the completed joints are free of hairline cracks, cracks visible upon close-up inspection, and other deficiencies. The following Options may be included in the work: a. At the penthouse walls, removal of efflorescence using the process specified. b. At the penthouse walls, removal of existing sealant, backer rod, and backup mortar. c. At the penthouse walls, mixing and installation of new pointing mortar. d. Removal of existing sealant and installation of new sealant at designated cracks and small spalls, at isolated locations on the column shaft. e. Removal of efflorescence using the process specified, at the remaining portions of the granite of the shaft, where not included in the Base price shown on the Drawings. Responses Responses to the proposed solicitation will be due 30 days from solicitation issuance. In order to locate the solicitation search FBO by the solicitation number listed in this pre-solicitation notice, Department of the Interior, National Park Service. A pre-proposal meeting may be held and the date/location will be noted in the solicitation. If held, all prospective Offerors are highly encouraged to attend in order to gain full knowledge of project requirements. All responsible sources may submit an offer which, if submitted in a timely manner and in accordance with solicitation requirements, 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, woman-owned small business, and historically underutilized business. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in contracts awarded by any executive agency. All small business firms are strongly encouraged to contact their local Small Business Administration Office to post their need for qualified subcontractors at http://www.sba.gov. Responses from Offerors will be accepted at the address listed in the solicitation via electronic mail and signed by an authorized company official. Facsimile responses shall NOT be accepted and all communication to include questions shall be submitted via E-mail to the addresses provided. The Government reserves the right to cancel this solicitation. Further, this pre-solicitation notification does NOT constitute a solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P16PS00702/listing.html)
- Place of Performance
- Address: Perry's Victory & International Peace Memorial, 93 Delaware Ave., P.O. Box 549, Put-in-Bay, Ohio, 43456-0549, United States
- Zip Code: 43456-0549
- Zip Code: 43456-0549
- Record
- SN04130555-W 20160528/160526234807-7729d288a6ab473651aa907e7f548c6b (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 |