SOURCES SOUGHT
Z -- Z--35479 - HOME - Rehabilitate Concrete Breakup Parkwide
- Notice Date
- 4/29/2021 8:44:41 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- 140P6021R0015
- Response Due
- 5/5/2021 12:00:00 PM
- Archive Date
- 05/20/2021
- Point of Contact
- Kircher, Adam, Phone: (402) 661 - 1606
- E-Mail Address
-
adam_kircher@nps.gov
(adam_kircher@nps.gov)
- Description
- 35479 - HOME - Rehabilitate Concrete Breakup Parkwide Sources Sought The National Park Service requests information from small business vendors registered as small businesses under NAICS 237310 - Highway, Street, and Bridge Construction, with a size standard of $39.5M or that meets that size standard and can perform the work. Vendors interested in submitting a proposal for this requirement should send a Statement of Qualifications. Submit information to the Contract Specialist, Adam Kircher, at adam_kircher@nps.gov, no later than (NLT) 2:00 PM CT on April 5, 2021. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy decision based on the results of this market survey and a future solicitation may be issued as unrestricted without further consideration. The Work consists of the following: Removal of approximately 4,865 square feet of concrete walkways at the Education Center and 20 feet of curb and gutter. Remove subgrade to a total depth (paved surface plus subgrade) of 7 inches around the structure and asphalt edge. Prepare and compact all subgrade material. Place 1-1/2 inches of crushed run limestone (3/4-inch mean diameter) beneath all identified paved surfaces, and compact per specified requirements. Install #4 epoxy coated rebar, dowel into existing concrete sidewalk and parking lots. Seal #4 epoxy coated rebar dowels holes with urethane caulking. Install forms, #4 epoxy coated rebar 24 inches on center, place plastic rebar chairs under rebar. Place approximately 112 yards of concrete within park boundaries with 8 truncated domes in several locations at the Education Center and Heritage Center. Seal joints as specified. Approximately 1,500 square feet of new concrete will be dyed and stamped. Art will be chosen to meet homesteader legacy stories, with area surface smooth. All work will be located at Homestead National Historical Park. 8523 West State HWY 4 Beatrice NE, 68310. The National Park Service anticipates awarding a Firm Fixed-Price contract. In accordance with FAR 36.204, the magnitude of construction is: between $100,000 and $250,000. Period of Performance: 90 calendar days from Notice to Proceed Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through BetaSam at https://www.beta.sam.gov. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the Contract Specialist, Adam Kircher, adam_kircher@nps.gov. Include the reference number (140P6021R0015) in the subject line. DISCLAIMER: This is NOT a solicitation announcement. This is a sources sought announcement only. Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements. Electing not to submit a capability statement does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not submit a capability statement. Any subsequent solicitation, if issued, will be subject to availability of funds. Interested firms must submit the following information: - Name of Firm - Point of Contact - Address - Phone Number - Email Address - DUNS Number - Capability statement- A brief summary of capabilities. - Size status/SBA certifications (size standard for NAICS 237310) Mark all that apply: - Small Business (meets size standard for NAICS - Women Owned Small Business (WOSB) - Economically Disadvantaged Women Owned Small Business (EDWOSB) - HUBZone - Service Disabled Veteran Owned Small Business (SDVOSB) - Other (specify) Please include the reference number (140P6021R0015) in the subject line of all correspondence. Future announcements concerning this requirement may be found on https://www.beta.sam.gov under Keyword / Solicitation #: 140P6021R0015. END OF ANNOUNCEMENT
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/60e8292b628e406f8223f9c7218961d1/view)
- Record
- SN05987829-F 20210501/210429230128 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |