Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2017 FBO #5857
SOURCES SOUGHT

Z -- Residential Housing Renovation, Grand Teton National Park

Notice Date
12/4/2017
 
Notice Type
Sources Sought
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
NPS, IMR - Northern Rockies MABO PO Box 168 Mammoth Supply Center / 22 Stable St Yellowstone NP WY 82190 US
 
ZIP Code
00000
 
Solicitation Number
140P1418R0006
 
Response Due
1/5/2018
 
Archive Date
4/30/2018
 
Point of Contact
Hauch, Martin
 
Small Business Set-Aside
N/A
 
Description
The Department of Interior, National Park Service, Grand Teton National Park, Wyoming, is seeking interested sources for a five year (base plus four option years) Indefinite Delivery/Indefinite Quantity, Simplified Acquisition of Basic Engineering Requirements (SABER), construction contract. The general scopes of the task orders may include, but are not limited to the following: minor residential repairs (flooring, wallboard, fixtures, appliances, casework, doors, etc.); removal and replacement of existing residential flooring (carpet, tile, linoleum, etc. including subflooring); removal and replacement of existing residential electrical services and distribution cabling and panels; removal and replacement of existing residential plumbing services; minor to major remodel of existing residential units including complete floor plan remodels involving structural changes and alterations and plumbing, electrical, and mechanical relocations and replacements, replacements of existing mechanical systems with updated versions (replacement of gas furnaces with electric cove heat), complete renovation of existing units involving demolition of interior walls, flooring, casework, gypsum wallboard, electrical, plumbing, mechanical, appliances and services involving replacement of all new systems and appurtenances (flooring, electrical, plumbing, mechanical, casework, kitchens, bathrooms, doors, windows, sheetrock, texture, paint, fixtures, etc.); minor structural alterations of existing residential and minor commercial buildings; minor renovation of both existing residential and commercial buildings including window replacement, roofing replacement (shingles, felt, sheathing including the removal of existing and disposal of), siding removal and replacement including trim, removal and replacement of doors including hardware, casework, framing, etc.; minor exterior site work to include alteration of walkways, pathways (including removal and replacement, adjustments for width, length, slope and heights and elevations for accessibility), entrances for egress (windows and doors, basements, etc.), fencing, minor landscaping including spreading topsoil, replacement of sod or turf, exterior trim work, roof work including roofing, penetrations, trim, etc., minor vegetation limbing or removal, garage doors including replacement, removal, or repair; structural alterations including headers, joists, trusses, gables, dormers, ridge beams, rafters, bearing walls, columns, etc. (including the removal, renovation, replacement and minor redesign if required, including all associated work ¿ roofing, carpentry, plumbing, electrical, gypsum wallboard replacement, trim, paint, etc.); design and installation of minor residential NFPA 13R fire suppression systems including detection, alarms, suppression systems, and callout and monitoring systems, as required; minor structural design checks as required when major renovations are undertaken with major to minor structural alterations; minor exterior and interior utility connections (crawlspace or exterior connections with existing or service mains) for water, sewer, electrical, gas LP including standard connection methods including open trenching and excavation and all associated work; finish carpentry work including all finish trim work, casework, texturing, painting, touchup work, fixture placement, appliance installations, door hanging, window covering installation, etc.; spray foam insulation; basement and crawlspace work involving utility chases, structural modifications involving columns, foundation changes within crawlspaces or basements including the additions of column bearing piers, foundation penetrations for new utility services, forming and placement of foundations for minor structures (log cabin building foundations, duplex apartment foundations, etc. for moving of buildings from one location to another where new foundations are required); minor hazardous material abatement during renovation work (asbestos adhesives in flooring and insulation, lead paint in windows, etc.); bathroom and kitchen remodels including plumbing, electrical, mechanical, casework, fixtures, appliances, flooring, etc.; general construction on existing residential buildings ¿ new construction shall be minor structures only (pole barns, sheds, storage buildings, small in scale). Work to include minor, incidental exterior utility work (connection to existing utility mains or secondary lines, new transformer setups if needed, new manhole connections, etc.), minor mechanical work, minor gas/propane distribution work, potential asbestos abatement (from existing, old pipe materials), and any required minimal design associated with all of the various aforementioned tasks. All designs that require it shall be completed and stamped by registered design professionals, registered in the state in which the project is located and shall meet local, state, and federal regulations. The NAICS code for this project is 236118, with a size standard of $36.5M. The project magnitude is estimated to be between $1,000,000 and $5,000,000. Interested contractors having capabilities necessary to meet or exceed the stated requirements are invited to provide company information in the format of a narrative that demonstrates company experience to Martin Hauch, Contracting Officer: martin_hauch@nps.gov 307-690-5324. Responses shall include the following information: company name, address, point of contact, phone number, socio-economic status, provide DUNS number, and proof of SAM Registration. All relevant input is encouraged. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited; no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P1418R0006/listing.html)
 
Record
SN04755459-W 20171206/171204230712-a1a4e82fec4f77cf9fe1f76a2c0d8675 (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.