Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2024 SAM #8172
SOLICITATION NOTICE

Z -- Z--MIMI Refinish Visitor Center Floors

Notice Date
4/10/2024 1:34:39 PM
 
Notice Type
Presolicitation
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
MWR NEKOTA(63000) Rapid City SD 57701 USA
 
ZIP Code
57701
 
Solicitation Number
140P6324Q0013
 
Archive Date
05/09/2024
 
Point of Contact
Brzezinski, Joan, Phone: 6055740515
 
E-Mail Address
joan_brzezinski@nps.gov
(joan_brzezinski@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-Solicitation Notice: The National Park Service (NPS), MWR NEKOTA Major Acquisition Buying Office (MABO) intends to issue a Request for Quote (RFQ) solicitation for Minuteman Missile National Historic Site Phillip, South Dakota to refinish visitor center concrete floors. Type of Contract: The NPS intends to award a firm-fixed price, construction contract in response to this RFQ. Solicitation No.: 140P6324Q0013. Project Location: Minuteman Missile National Historic Site - Visitor Center, 24545 Cottonwood Road, Philip, SD 57567. The park visitor center is in Jackson County, South Dakota. Take exit 131 from Interstate 90, the park's visitor center sits north of the 131-exit interchange. Project Description: The project would apply a Polyurea two-part component, rapid-cure basecoat with a decorative chip, then sealed with a Polyaspartic HS (or equal), two-part, high performance, aliphatic Polyaspartic (or equal) floor coating to cover 5,147 square feet of interior concrete flooring. Project will would remove 1,309 square feet of modular tile carpet and their adhesives from the lobby, information counter and bookstore area. The remaining carpet tile will have vinyl transition from concrete to carpet installed. Base vinyl if removed will be reinstalled or replaced in-kind. Fill in two 2-inch-deep concrete cut outs with 4000 PSI concrete, these areas currently hold aluminum entrance mats at the front and rear entrances. These areas are 7-feet-long x 5 feet wide and 8 feet long by 6 feet wide for a total of 83 square feet that needs to be filled in to create a smooth, finished surface. These areas must have welded wire mesh throughout and use a bonding agent on all surfaces where the new and old concrete meets. Remove the interior front door aluminum threshold. Prepare 5,147 square feet interior concrete flooring of which 3,765 square feet is stained concrete, and 1,309 square feet was modular carpet tile by following manufacture recommendations for a polyurea coated flooring. Apply a Polyurea two-component, rapid-cure basecoat in the color that would match, with decorative chip Enviroflake system (or equal) in the color flint. The final color will be approved by the COR from the manufacturers full color pallet. Final coat is sealed with Polyaspartic HS (or equal), two-part, gloss, high performance, aliphatic Polyaspartic (or equal) floor coating. Period of Performance: 30 calendar days. Work is expected to begin mid/late June. Contingent to issuance of Notice to Proceed. Magnitude: Between $25,000 and $100,000. Notice of Set Aside: This acquisition is set-aside for 100% Total Small Business Set-Aside. The associated NAICS code is 238110, Poured Concrete Foundation and Structure Contractors. The small business size standard is $19 million. Site Visit: A Pre-quote site visit will be scheduled, and the details announced with the release of the RFQ. Offerors are highly encouraged to attend the scheduled site visit to ensure they fully understand the requirement and conditions that may affect the specifications, cost of project, and performance. Publicizing: The RFQ package, including applicable specifications and attachments, will be posted to http://www.sam.gov Contract Opportunities on/about April 25, 2024. The responses will be due approximately 30 days after the RFQ issue date on/about May 27, 2024. The specific date and time will be announced in the solicitation that will follow this notice. No hardcopies or email copies will be provided. Registration: Offerors must have a UEI number and be registered and active in the System for Award Management (SAM) http://www.sam.gov in order to be eligible for award. For questions, please contact Joanie Brzezinski, Contract Specialist, joan_brzezinski@nps.gov, 605-574-0515.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d8ad647eea7475da910186b1e9812b6/view)
 
Place of Performance
Address: Philip, SD, USA
Country: USA
 
Record
SN07025978-F 20240412/240410230047 (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.