Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2017 FBO #5804
MODIFICATION

Y -- Replace / Relocate Unsafe / Unhealthy / Unsustainable Visitor Center - Modified Sources Sought Announcement

Notice Date
10/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
140P2018R0001
 
Archive Date
11/11/2017
 
Point of Contact
Dane Johnson, Phone: (303) 969-2398
 
E-Mail Address
Dane_Johnson@nps.gov
(Dane_Johnson@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement modified 10/12/17. Replace the original paragraph under Scope of Work with the following paragraph: More specifically this project will construct, at the cave trailhead, a permanent 2300 sf (approximate net sf) visitor center. This will replace a 2932 sf "temporary" trailer & attached storage installed in 1992, and a 660 sf concession facility with 1250 sf covered eating area. Relocating these facilities 100 feet or more to the east of present location will reduce the rock fall hazard and get the structures out of the 100-yr floodplain. The visitor center will include a tour ticket sales area, restrooms, storage for staging materials going to the cave and for emergency response equipment, outdoor waiting/staging area plus multi-purpose outdoor space to seat 120 (2 school buses), cooperating association sales area, and visitor information/interpretation. The project includes utility extensions and required site work. As part of this project, a Federal Highways project for pedestrian safety will be realigning Utah Highway 92 against American Fork Creek, so that almost all the parking for the visitor contact station will be on the same side of the canyon as the contact station and trailhead. Also as a part of this project, parking will have to be redesigned and reconstructed to adjust to the new highway location and new visitor center location. Rock fall hazard will also be mitigated in building design and location. Sustainable building and energy efficiency requirements for new construction will be met with LEED Silver design goals. SOURCES SOUGHT ANNOUNCEMENT The National Park Service has a construction requirement for the following project: Project Location: Timpanogos Cave National Monument Park Abbreviation: TICA Project Title: Replace / Relocate Unsafe / Unhealthy / Unsustainable Visitor Center Project #: 152836 Estimated Range: $5,000,000 - $10,000,000 NAICS Code: 236220 (Commercial and Institutional Building Construction) Solicitation Number: 140P2018R0001 Estimated POP: 270 calendar days This is not a request for proposal or an invitation for bid. There is no bid package, solicitation, specifications, or drawings available with this announcement. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this Sources Sought Announcement, or any follow-up information requests. If you are interested in participating in this competitive requirement, please submit a detailed capabilities statement as described below to: dane_johnson@nps.gov no later than 5:00 p.m. (Mountain Time) on October 27, 2017. If you choose to submit a package, clearly identify the park and project (TICA - 152836), Solicitation No. 140P2018R0001, your socioeconomic status (i.e. 8(a), HUBZone, Service Disabled Veteran Owned, WOSB, EDWOSB, Small), and your DUNS number. All firms must be certified in SAM at the time of your submission. Analysis of the quantity and quality of responses to this sources 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. Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011. Your email capability information MUST be 5 pages or less (not including your experience), and be SPECIFIC to the scope of work and capability information provided below. Submit a Capabilities Statement for your company, and for any subcontractors you would use on the project. The amount of interest, or lack thereof, will determine the possibility of a competitive set-aside, or a full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc. - see 13 CFR 121.103 and 13 CFR 121.108. Misrepresentation of size status can result in penalties. All firms should be certified in the System for Award Management. https://www.sam.gov Scope of Work Location: Timpanogos Cave National Monument, American Fork, UT The Work includes, but is not limited to, construction of a new Visitor Contact Station, road relocation, paving, rock fall mitigation assemblies, retaining wall assemblies, new & revised utilities and service, site construction, and miscellaneous Work required by the contract documents. More specifically this project will construct, at the cave trailhead, a permanent 2800 sf (approximate net sf) visitor center, and 660 sf (net) concession building with 1200 sf covered eating area. This will replace a 2932 sf "temporary" trailer & attached storage installed in 1992, and a 660 sf concession facility with 1250 sf covered eating area. Relocating these facilities 100 feet or more to the east of present location will reduce the rock fall hazard and get the structures out of the 100-yr floodplain. The visitor center will include a tour ticket sales area, restrooms, storage for staging materials going to the cave and for emergency response equipment, outdoor waiting/staging area plus multi-purpose outdoor space to seat 120 (2 school buses), cooperating association sales area, cave orientation film viewing area, and visitor information/interpretation. The project includes utility extensions and required site work. As part of this project, a Federal Highways project for pedestrian safety will be realigning Utah Highway 92 against American Fork Creek, so that almost all the parking for the visitor contact station will be on the same side of the canyon as the contact station and trailhead. Also as a part of this project, parking will have to be redesigned and reconstructed to adjust to the new highway location and new visitor center location. Rock fall hazard will also be mitigated in building design and location. Sustainable building and energy efficiency requirements for new construction will be met with net-zero energy (site) design and LEED Platinum design goals. The entire project will be constructed under a single prime contract. Independently, and not as an agent of the government, the contractor shall provide all services including labor, materials, facilities, tools, travel, and expertise (except as otherwise specified in the construction contract) necessary to construct the project described above. Capability Information: 1. Experience: Interested offerors shall submit up to five (5) examples of similar projects that include all individual project components described in scope and costs that occurred within the last five years. Provide sample projects with an approximate contract value of $5,000,000 to $10,000,000 that demonstrate completing the project on time and on budget, taking into account problems encountered on the identified contracts, and the offeror's corrective actions. Projects cited should demonstrate that the Contractor has the technical capability, skills, and experience necessary to construct this project. Contractor shall have acted as the prime contractor. In particular, focus on the following criteria: Criterion A - Describe your experience in building demolition, and construction of new buildings approximately 2300 square feet in size. Criterion B - Describe your experience in road construction/realignment, and in parking lot construction. Criterion C - Describe your experience in constructing retaining wall assemblies, and rock fall mitigation assemblies. Criterion D - Describe your experience with soil and rock nail placement. Criterion E - Provide sample projects that demonstrate that you have successfully worked in an environmentally-sensitive location (e.g., park, forest, wildlife refuge, riparian area, etc.) within the past 5 years. 2. Financial Capability: Interested offerors shall have acted as the prime contractor on projects with an estimated range of $5,000,000 - $10,000,000 providing examples and a determination that your company possesses sufficient resources to successfully complete this project. Offerors shall also provide assurance that they can obtain sufficient bonding for the project. 3. Facility: The contractor shall demonstrate access to, either in-house or via rental, appropriate equipment necessary to complete this project. END SOURCES SOUGHT ANNOUNCEMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0001/listing.html)
 
Place of Performance
Address: Timpanogos Cave National Monument, Utah. Approximately 5.6 Miles East of Highland, Utah on Utah State Highway 92 within the American Fork Canyon., American Fork, Utah, 84003, United States
Zip Code: 84003
 
Record
SN04711806-W 20171014/171012230901-46138def352536c5564de2e39b918cea (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.