Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
MODIFICATION

Z -- Z--YELL 312116 - Yellowstone National Park - Rehabilitate Laurel Dorms - GAOA

Notice Date
11/17/2023 8:31:08 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DSC CONTRACTING SERVICES DIVISION DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140P2024R0009
 
Response Due
12/18/2023 3:00:00 PM
 
Archive Date
01/10/2024
 
Point of Contact
Halter, Joseph, Phone: 5309338687
 
E-Mail Address
joseph_halter@nps.gov
(joseph_halter@nps.gov)
 
Description
ACTION: Pre-Solicitation Notice Amendment 01 PRE-SOLICITATION NUMBER: 140P2024R0009 CLASSIFICATION CODE: Z2FA � Repair or Alteration of Family Housing Facilities CONTRACTING OFFICER: Joseph Halter DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver, CO 80225 POINT OF CONTACT: Brian Baugh, Contract Specialist, 865-560-6125, brian_baugh@contractor.nps.gov PLACE OF PERFORMANCE: Yellowstone National Park, Wyoming PLACE OF PERFORMANCE POSTAL CODE: 82190 PLACE OF PERFORMANCE COUNTRY: USA Title of Project: Rehabilitate and Reconfigure Laurel Dormitory at Old Faithful - GAOA GENERAL: The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals as full and open from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on SAM.gov website at http://www.sam.gov. Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Vendors can search for opportunities and award history on www.SAM.gov without registering. The SAM.gov website has an Interested Vendors List and a Watchlist where you can add your company�s interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a Unique Entity Identifier in order to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about December 2023. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. The NAICS Code for this requirement is 236220 with a size standard of $45 million. Title of Project: Rehabilitate Historic Laurel Dormitory, Yellowstone National Park, Wyoming Description: Work will consist of the historic rehabilitation of the severely deteriorated Laurel Dormitory and its conversion to a 20 unit NPS employee housing unit. The Laurel Employee Dormitory at Old Faithful was constructed in 1925 and contributes to the Old Faithful Historic District and the Old Faithful Cultural Landscape. It is also adjacent to and within the immediate context of the Old Faithful Inn National Historic Landmark. Recent condition assessments of the Laurel Dormitory have revealed multiple deficiencies associated with the building structure and related mechanical and electrical systems due to the age of the building. Although sporadically updated over the years many of the building components are well beyond their design lives and are showing signs of advanced deterioration. These deficiencies include structural, mechanical, and health/life safety issues as well as a lack of meeting current accessibility standards. The Laurel Dormitory was constructed on geothermally altered ground and is within 150 feet of active hydrothermal features. The ground on which the dormitory lies is geothermally active. Further, the red clay that abuts the northwest side of Laurel Dorm is considered a stratum of geothermally altered clay that acts like cap on underlying hydrothermal fluid flow and thus should not be disturbed. Disturbance of this layer of red clay can adversely affect nearby hydrothermal activity. Great caution should therefore be taken when working on the dormitory foundation and related groundwork. Under the four treatments identified in the Secretary of the Interior's Standards for the Treatment of Historic Properties (2017), this project would be considered �rehabilitation,� which focuses upon the act or process of making possible a compatible use for a property through repair, alterations, and additions while preserving those portions or features which convey its historical, cultural, or architectural values. Under these standards, new additions, exterior alterations, or related new construction will not destroy historic materials, features, and spatial relationships that characterize the property; new work will be differentiated from the old and will be compatible with the historic materials, features, size, scale and proportion, and massing to protect the integrity of the property and its environment. For this project, rehabilitation work includes seismic stabilization, roof replacement, mitigation of ventilation and moisture issues, replacement of deteriorated structural components, drainage, and improvement of the overall building envelope. All mechanical and electrical systems are to be replaced. The sewer main should be inspected. Currently there is no ABA access into the building. The design shall include ABA parking, and an ABA route into the building. Net Available Construction Dollars: More than $10,000,000.00 Estimated Period of Performance: November 2024 � September 2025 Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted and date/location will be noted in the solicitation. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df22712b47c6499187101e242588f688/view)
 
Record
SN06888569-F 20231119/231117230049 (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 |
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.