Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
SOURCES SOUGHT

Z -- Keweenaw History Center Roof Replacement andC&H Warehouse No. 1 Window Restoration

Notice Date
2/9/2011
 
Notice Type
Sources Sought
 
Contracting Office
MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
 
ZIP Code
44067
 
Solicitation Number
E6410110138
 
Response Due
2/17/2011
 
Archive Date
2/9/2012
 
Point of Contact
Laurie Walker Contract Specialist 3304682500308 laurie_walker@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
Description: This is a SOURCES SOUGHT NOTICE. The National Park Service, is conducting a MARKET SURVEY to determine the interest and capability of HUBZone, 8(a), Service-Disabled Veteran-Owned, Woman Owned, Small Business Firms, and any firm eligible to compete in full and open competition under NAICS 236220 with a Small Business Size Standard $33.5M for an upcoming project to identify firms capable of providing all labor, material, equipment, transportation and supervision required to Rehabilitation of two (2) historic structures at the Keweenaw National Historical Park in Calumet, Michigan. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Descriptions: Work consists of but not all inclusive furnishing all labor, materials, tools, supplies, equipment, transportation, and supervision necessary to Rehab two Historic Structures. This project will involve two (2) historic structures owned by Keweenaw National Historical Park: the Keweenaw History Center (KHC) and the C&H Warehouse No. 1. For the KHC, the project will result in a new asphalt roof (over 6,000 sq. ft.) and exterior woodwork restoration of the eaves, soffits, gable end trim, north entrance, and west vestibule. The project will also incorporate new lead-coated copper flashings throughout and a new lead-coated copper flat seam roof for the north door hood. For the C&H Warehouse No. 1, the project will result in full restoration of 101 wood divided light windows. The project will also include fabrication and installation of new wood divided light storm windows, new metal security grilles for south-facing windows, and new cloth roller shades. Both projects will involve lead paint abatement and removal / repair of deteriorated architectural fabric. Special Requirements: These structures are historic which requires knowledge/experience in historic preservation. Lead paint will require contractor to provide proof of license for lead abatement and repair. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Magnitude of Construction estimate: Between $500,000 and $1,000,000.00 Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses, (5)Women Owned Small Business, and (6) any firm eligible to compete in full and open competition. A firm is considered small if their average annual receipts for the preceding three (3) years were less than or equal to $33.5 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (3) above to determine that an award of this project can solicited under the respective set-aside categories and awarded at a fair market price, any solicitation that may be issued may be issued as unrestricted without further consideration. SUMISSION REQUIREMENTS FOR INTERESTED FIRMS Request interested firms (regardless of size) submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) a summary of RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; (3) their SIZE STATUS; (4) the PERCENT OF WORK their firm can commit to accomplishing this work with in-house (not subcontracted) labor if awarded the contract. All responses must be submitted via e-mail NLT February 17, 2011 at 1:00pm EST to the following e-mail: laurie_walker@nps.gov or Fax 330-468-2507. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E6410110138/listing.html)
 
Place of Performance
Address: Keweenaw National Historical Park25947 Red Jacket RoadCalumet, Michigan
Zip Code: 49913
 
Record
SN02376185-W 20110211/110209234208-610b253aa521721e1a717e7f7391bc64 (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.