Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2017 FBO #5670
MODIFICATION

Z -- NAMA_LINC_204959_Roof_Masonry - Pre-Solicitation Notice

Notice Date
5/31/2017
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing 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
P17PS00502
 
Archive Date
3/8/2017
 
Point of Contact
Heather Vogt, Phone: (303) 969-2031, Pamela Mault,
 
E-Mail Address
Heather_Vogt@nps.gov, pamela_mault@nps.gov
(Heather_Vogt@nps.gov, pamela_mault@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Presolicitation_Notice_NAMA-204959_Lincoln-Memorial_Roof_Masonry PRESOLICITATION NOTICE DESCRIPTION: This project re-roofs and repairs masonry at the Lincoln Memorial. Work includes a new roof, concrete roof decking, masonry repairs, and associated items at the roof level. Existing roofing, concrete roof decking and substrate, and flashing and roof drains, etc. are removed. A new concrete roof deck, new roofing, and new flashing and roof drains, etc. are installed. Existing slate pavers, lighting protection, security cameras, and weather station are removed to allow construction, and then reinstalled. Masonry repair work includes tuck-pointing, crack repair, patches, stone-dutchman, etc. at the roof level. The contract duration is estimated at 240 calendar days. TYPE OF CONTRACT AND NAICS: The RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 238160 Roofing Contractors. TYPE OF SET-ASIDE: This acquisition is a Total Small Business Set-Aside. Size Limitation $15,000,000. SELECTION PROCESS: The proposals will be evaluated using a Best Value Trade-Off source selection process. The trade-off will utilize cost and non-cost technical factors. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 23 June 2017 and with the closing date 30 calendar days after that which would be on or about 25 July 2017. PRE-PROPOSAL SITE VISIT: It is anticipated that the site visit will be held the week of the 17 July 2017. Details regarding the site visit will be issued with the solicitation. REGISTRATIONS: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Heather Vogt. The only acceptable form of communication is via email, as a matter of record keeping. Please send all comments or questions to heather_vogt@nps.gov and copy Contracting Officer pamela_mault@nps.gov. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This sources sought is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government is seeking to identify QUALIFIED SMALL BUSINESS SOURCES for a COMPETITIVE PROCUREMENT under 2017 North American Industry Classification System (NAICS) 238160 Roofing Contractors (Size Standard - $15 million). The National Park Service, Denver Service Center requires a firm fixed price construction contract to replace the roof at the Lincoln Memorial with a flat seam copper roof with slate paver re installation. The construction contractor will also be responsible for associated masonry restoration and repair. Estimated Construction Magnitude: $1 Million to $5 Million Period of Performance: 120 calendar days after Award. Estimated Award date is September 2017. The Government invites SMALL BUSINESS CONTRACTORS that possess the qualifications and capabilities to perform this requirement and are interested in proposing on this contract in the future to submit a response that clearly demonstrates the required qualifications and capabilities. The response shall include the information necessary to determine your company's ability to meet the requirements described with in this document. For this requirement, if awarded to small business, the limitation on subcontracting will apply, requiring the concern to perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. Responses shall demonstrate the ability to meet this requirement. The response shall include descriptions of project that your firm has been the prime contractor for and self-performed a minimum of 25% that are considered relevant to this project. Provide enough information so that it can be sufficiently evaluated to make a determination regarding qualifications. At a minimum, describe the project, who the customer was, where it was performed, what the period of performance was, the entire dollar value, how much and what was self-performed and any other relevant information. For each project, provide the contact information for the customer to include a name, phone number and email address so that past performance information can be obtained. Describe how your company has the resources to finance, schedule and manage this requirement. Provide bonding capability for a single project, aggregate amount and current available bonding. Provide the company's point of contact with an email and phone number, the mailing address and DUNS number. The response to this sources sought is not expected to be a proposal, but rather a summarized description of qualifications and capabilities. Any brochures or currently existing marketing material may also be submitted. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information received from potential sources as a result of this sources sought. Respondents will not be notified of the Sources Sought results. Only electronic submissions via email will be accepted. No hard copy or facsimile submissions will be accepted. Responses to this Sources Sought may be emailed to Heather Vogt at heather_vogt@nps.gov with the title "NAMA LINC 204949 Roof Masonry." Responses must be received no later than February 21, 2017 by close of business. Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P17PS00502/listing.html)
 
Place of Performance
Address: Lincoln Memorial, 2 Lincoln Memorial Cir. NW, Washington, District of Columbia, 20037, United States
Zip Code: 20037
 
Record
SN04526757-W 20170602/170531234823-1388d6b32afec3788d6aa423a7825482 (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 |
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.