Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

Z -- Rehabilitate Vanderbilt Mansion Foundation and Support Walls

Notice Date
7/26/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
 
ZIP Code
80228
 
Solicitation Number
P16PS02015
 
Archive Date
9/30/2016
 
Point of Contact
Aaron Admas, Phone: (303) 969-2789, Paula Johnson, Phone: (303) 987-6643
 
E-Mail Address
aaron_adams@nps.gov, paula_johnson@nps.gov
(aaron_adams@nps.gov, paula_johnson@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PROJECT TITLE: Rehabilitate Vanderbilt Mansion Foundation and Support Walls, Hyde Park, New York, 12538 Project No. VAMA 161264 GENERAL: The National Park Service, Department of Interior, will be soliciting proposals from construction firms having the capability to perform the work described below. This is a presolicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents to be issued on or after the date listed below. It is anticipated that a solicitation will be issued electronically, on or after August 9, 2016 on the Federal Business Opportunities (www.fbo.gov) website. Responses will be due approximately 30 days or more following the issuance of the solicitation, once posted. Actual proposal receipt date will be established at the time solicitation documents are available. This pre-solicitation announcement does not constitute a solicitation. The entire solicitation package with all attached documents will be available in Microsoft Word, HTML, and/or Adobe PDF, Specifications and drawings will be available in Adobe PDF format through fbo.gov. Paper copies of this solicitation will not be made available. DESCRIPTION: The proposed project is to provide foundation waterproofing and also repair/rehabilitate stone masonry, doors and windows of the historic Vanderbilt Mansion. The end result is to stabilize and repair ongoing or existing damaged and to minimize future moisture intrusion as well as insect migration into the building. The mansion is a significant historic structure and the project intent is to preserve it for future generations. Specific Work Items this project will consist of include; 1. Site Grading and drainage work including foundation drains 2. Exterior masonry repair, rehabilitation and repointing including dutchmen, and remove, repair and replace ornamental cornices and other stone features 3. Stone cleaning and repointing including removal of biological growth 4. Stucco repair 5. Iron railing repair 6. Small amount of finished carpentry work 7. Selective demolition 8. Protection of historic areas and materials within construction areas 9. Renovation of lighting fixtures and other minor electrical repair/construction 10. Foundation waterproofing around building exterior 11. Replace an existing wheel chair lift 12. Minor asphalt repair/replacement 13. Minor site restoration/repair 14. Flashing repair/rehabilitation 15. Historic indow and storm window restoration 16. Historic door and shutter restoration 17. Historic balcony repair/rehabilitation 18. Minor structural steel repair/rehabilitation PROCUREMENT TYPE: A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price to determine the best value (trade-off process) to the government. SET-ASIDE TYPE: The anticipated acquisition will be set aside for Small Business. Only submissions received from responsible Small Business firms will be considered. NAICS CODE: The NAICS code for this project is 236220 Commercial and Institutional Building Construction and the small business size standard is $36.5 million. MAGNITUDE: In accordance with FAR 36.204, the project magnitude is estimated between $1,000,000 and $5,000,000. DURATION: The contract duration will be 270 calendar days following the notice to proceed. SITE VISIT: It is anticipated that a Pre-Proposal Conference/Site Visit will be scheduled to be held sometime during the week of August 15, 2016. Specific details regarding this meeting will be provided in the solicitation, once posted. ADDITIONAL INFO: Vendors can search for opportunities and award history on fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website includes an Interested Vendors List and a Watch List, which allows interested companies to add their company name to these two lists. Registering provides opportunity to receive notifications, which 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. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone 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 on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Small Business Administration's Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. REQUIREMENTS: You are required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. Online representations and certifications must also be completed using SAM.gov. For questions please contact the Contract Specialist, Ms. Paula Johnson preferably via email at paula_johnson@nps.gov or alternatively by telephone at (303)969-6643.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P16PS02015/listing.html)
 
Place of Performance
Address: Hyde Park, New York 12538, Hyde Park, New York, 12538, United States
Zip Code: 12538
 
Record
SN04196008-W 20160728/160726234739-8a945d22a6800983c89c2cac6ed2f2d3 (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.