Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2004 FBO #0870
SOLICITATION NOTICE

Z -- Rehabilitation Union Building, Keweenaw National Historic Park, Calumet, MI.

Notice Date
4/12/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
MWR - Administration 1709 Jackson Street Omaha NE 68102
 
ZIP Code
80225-0287
 
Solicitation Number
N6410040184
 
Response Due
5/26/2004
 
Archive Date
4/12/2005
 
Point of Contact
Billy W. Davis Contracting Specialist 4022213464 billy_davis@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Keweenaw National Historic Park has a requirement for the stabilization and complete rehabilitation of a three story brick building (approximately 20,300 SF) envelope and structured system. The project involves the removal and disposal of lead containing paint, repair/reconstruction of the back exterior wall. The roof structure will be repaired/reconstructed where necessary and a new roof covering and flashing installed. All exterior doors and windows will be rehabilitated. The historic steam-heating system will be rehabilitated. Electrical system work will be limited to a new 400 AMP electrical service; storefront and mechanical room lighting and power, temporary exit and emergency lighting; and temporary power outlets to each floor. A security system will be installed on the first floor. A complete interior sprinkler system will be installed. Debris and non-contributing elements will be removed from the building's interior. The third floor metal-pan ceiling will be stabilized. Interior woodwork and moldings associated with exterior doors and windows will be rehabilitated. Site improvements will include archeological investigation, new underground building utility connections, outdoor signage and a bench, designated parking spaces, grading for site drainage, handicap accessibility, and turf restoration. This project will have a Base Bid and Five Bid Additives. The magnitude for this project is $1,000,000 to $3,000,000. NAICS code is 236220 with a Size Standard of $28.5 million. This project will be competitively negotiated under the Small Business Competitive Demonstration Program (PL 100-656) using the procedures outlined in the Federal Acquisition Regulation (FAR) Part 15 and awarded as a single firm-fixed contract. All offerors will provide a technical proposal and a cost proposal for this project. All Large and Small Businesses are encouraged to bid on this project. All Large Businesses shall provide a Small Business Subcontracting Plan with their offer or they will be considered non-responsive. The performance time on this project is 457 calendar days from the date of the Notice to Proceed. In determining the Best Value to the Government the contractor's technical capability is significantly more important than price. The combination of the following evaluation factors, which are listed in descending order of importance, will be used to determine the contractor's level of technical capability: 1. PAST PRESERVATION EXPERIENCE: Provide three (3) past historic preservation construction projects with work similar to work proposed at the Union Building. Specific experience shall include brick and stone masonry rehabilitation, rough and finish carpentry, built-up bituminous roofing, exterior metal work including repair/reconstruction of original metal cornices, door and window frame restoration, lead paint abatement, painting and clear finish work, steam mechanical heating systems, fire sprinkler systems. Provide an example of an educational or orientation tool or plan similar to the Preservation Awareness Plan specified in the contract specifications. 2. CONSTRUCTION TEAM MEMBERS: Contractors shall identify qualifications of all proposed construction team members, including sub-contractors. Provide demonstrated experience with historic building projects similar to the work proposed. Specific experiences shall include; brick and stone masonry rehabilitation, rough and finish carpentry, built-up bituminous roofing, exterior metal work including repair/reconstruction of original metal cornices, door and window frame restoration, lead paint abatement, painting and clear finish work, steam mechanical heating systems, fire sprinkler systems. 3. CONTRUCTION SCHEDULES & PLANS: Provide examples of construction schedules, site plans, quality control plans and safety plans for past projects similar to the work proposed. Identify how construction schedules were managed, up-dated and followed. Describe how information would be conveyed between the general contractor, sub-contractors and the National Park Service. 4. PAST PERFORMANCE: Provide examples of past performance which demonstrate quality of work for projects similar to the work proposed, professional expertise, technical competence, quality control, and the ability to effectively schedule and manage a multi-disciplinary project team. The solicitation document will be available electronically on or about April 28, 2004. The plans and specifications will be posted electronically. All files are available for downloading in ADOBE ACROBAT PDF FORMAT FROM INTERNET URL http://ideasec.nbc.gov. The Government will hold a Pre-bid Site Visit on or about May 11, 2004. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Please click here to view more details.
(http://www.eps.gov/spg/DOI/NPS/APC-IS/N6410040184/listing.html)
 
Place of Performance
Address: National Park Service, Keweenaw National Historic Park, Calumet, MI. 49913-1778
Zip Code: 499131778
Country: USA
 
Record
SN00564144-F 20040414/040412212451 (fbodaily.com)
 
Source
FedBizOpps.gov 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.