Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOURCES SOUGHT

Z -- Rehabilitate Historic Ohia Wing for Visitor Use (Phase 2)

Notice Date
2/12/2018
 
Notice Type
Sources Sought
 
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
140P2018R0040
 
Archive Date
3/6/2018
 
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
The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not a request for proposal or invitation to bid. No proposal package, solicitation, specifications, or drawings are available with this announcement. Response to this announcement 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 choose to submit a package, clearly identify the park and project on your package (HAVO 196586B Rehabilitate Historic Ohia Wing for Visitor Use (Second phase of this project)) and identify your socioeconomic status (8(a), HUBZone, SDVOSB, WOSB, EDWOSB, and Small). Your email capability information MUST be 8 pages or less and be SPECIFIC to the scope provided. You must also provide a letter from your bonding company verifying your bonding levels. Your response is due no later than 5:00 pm Mountain Time on February 19, 2018. The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a competitive set-aside or full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc.-see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. All firms should be registered and certified in the System for Award Management (www.sam.gov) at the time of their capability submission. Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011. Send your email responses to: dane_johnson@nps.gov. Analysis of the 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. Location: Hawaii Volcanoes National Park Project: Rehabilitate Historic Ohia Wing for Visitor Use (second phase of this project) NAICS Code: 236220 Estimated Cost Range: $1 million - $5 million Estimated Period of Performance: September 2018 - May 2019 Project Description: This is the second phase of this project, which will rehabilitate, renovate, and adaptively reuse the 3,633 square feet historic 1932 Ohia Wing Building as a museum and curatorial facility. The space will provide for public education through the use of park archives in fixed and interactive displays of some of the 1.9 million-plus objects and artifacts curated in this collection. This project provides for the interpretation of the architecture, cultural landscape and park history. This project will correct over $3.2 million of deferred maintenance deficiencies and provide a code compliant structure that takes into account its historic significance. Planned work includes: 1) install a new HVAC system to protect the artwork and collections per museum industry standards; 2) install an on-demand hot water system; 3) install a security & communications system; 4) install a code compliant fire suppression system, complete with pressure pump and back-up generator; 5) upgrade the electrical system, supplemented by a non-intrusive photo-voltaic system as appropriate technology allows; 6) restore the interior finishes and fenestration; 7) install new interpretation panels; 8) install 2 accessible, unisex restrooms (one per floor) and museum display and curatorial furnishings. The proposed program has been approved with the NPS Facility Model. ****Firms interested in the project should possess the following specialized skills and experience and address these specialized skills and experience in their responses to this Notice.**** 1)The contractor shall have experience in the construction of projects of similar complexity and size, including construction of mechanical, electrical, plumbing, telecom and security systems, interior renovation including wall construction, drywall installation and finishing, trim work and painting. 2)Experience working in a similar environment, including: a.Responsibility for the protection of cultural and natural resources b.Experience working in remote area where material deliveries and worker commutes are difficult. Bonding Capability Interested firms MUST provide a letter from their bonding company to confirm their bonding capacity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0040/listing.html)
 
Place of Performance
Address: Hawaii Volcanoes National Park, Hawaii National Park, Hawaii, 96718, United States
Zip Code: 96718
 
Record
SN04820443-W 20180214/180212231814-df32ce838ae5d26476fd393f9c13d78c (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  © 1994-2020, Loren Data Corp.