Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
MODIFICATION

Z -- Historic Courthouse Repoint/Tuckpoint

Notice Date
7/28/2016
 
Notice Type
Modification/Amendment
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
NPS, MWR - Missouri MABO 413 S. 8th Street Springfield IL 62701 US
 
ZIP Code
00000
 
Solicitation Number
P16PS01658
 
Response Due
8/1/2016
 
Archive Date
8/1/2017
 
Point of Contact
Logsdon, Kathryn
 
Small Business Set-Aside
HUBZone
 
Description
SOLICITATION NUMBER: Request for Proposal (RFP) P16PS01658 NA LOCATION: The location where work is to be performed is Fort Smith National Historic Site, Historic Courthouse/Visitor Center, 301 Parker Avenue, Fort Smith, Arkansas 72901 DESCRIPTION: The work will consist of the Contractor providing all labor, supervision, materials, tools, equipment, supplies, and other items, services and incidentals necessary to Repoint/Tuckpoint the exterior and interior brick wall surfaces of the Historic Courthouse, and apply waterproofing/sealer material(s) to interior Courthouse wall surfaces. The project documents provide specifications and work requirements to repoint/tuckpoint historic masonry joints that provide for the ability for moisture transfer throughout historic masonry wall surfaces. The project shall be performed to prevent further deterioration of the brick facing, irrevocable decay, and to preserve the mortar integrity. The Historic Courthouse was constructed during two distinctly different time periods; a mortar analysis will be required to ensure historically accurate mortar, profile, and color are matched. The project is to repoint/tuckpoint 2,000 +/- square feet of interior and exterior brick mortar joints and, apply a waterproofing/sealer product to 1,000 +/- square feet of interior wall surfaces. The area(s) to be repointed/tuckpointed are located at the Visitor Center exterior walls, parapet walls, chimneys, stone caps, and Visitor Center interior attic area. The attic area has limited access and will require extra precaution and effort to complete the repoint/tuckpoint work. The waterproofing/sealer product will be applied in the Theater Room, Mechanical Room, and Welcome Area. The exterior historic mortar joints were last repointed in 1988. Extreme hot and cold temperatures, moisture, and freeze and thaw effects have caused mortar damage across the surfaces. Repointing/Tuckpointing will extend the expected mortar joints ¿ life, reducing moisture damage and repair costs. As this project takes place on a historic structure located on historic properties, the Contractor must adhere to and observe historic preservation guidelines. This project will be performed during the Park ¿s normal business days/hours of operation; which are Monday through Friday, 7:00 a.m. to 3:30 p.m. central time. All federally-recognized holidays will be observed during the course of the contract. The building will be occupied and inhabited by Park staff, visitors, and guests throughout contract performance; therefore, Contractor is expected to coordinate with the Park ¿s Representative and conduct the work so as to minimize disruption to Park operations to the extent practical. All work required by the project documents will be accomplished by the Contractor even though minor items/services required may not be specifically mentioned. TYPE OF CONTRACT: This will be a single firm-fixed price construction contract and expected to be awarded mid- to late-August timeframe; however, not absolute. Award will be made to only one successful offeror. Davis Bacon Prevailing Wages will apply. PROPOSAL GUARANTEE AND PAYMENT AND PERFORMANCE BONDS: Should the Offeror's Proposal exceed the Simplified Acquisition Threshold, FAR Clause 52.228-15 Proposal Guarantee, and FAR Clause 52.228-15 Performance and Payment Bonds will apply to the solicitation. Should the Offeror's Proposal not exceed the Simplified Acquisition Threshold, FAR Clause 52.228-15 Proposal Guarantee, and FAR Clause 52.228-15 Performance and Payment Bonds will not apply to the solicitation; however, FAR Clause 52.228-13 Alternative Payment Protections will apply to the solicitation. PERIOD OF PERFORMANCE: The period of performance will be sixty (60) calendar days from the date the Notice to Proceed is received by the Contractor. MAGNITUDE OF PROJECT: Between $100,000 and $250,000. NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to this solicitation / procurement is 238140. SMALL BUSINESS SIZE STANDARD: $15 million. SET ASIDE: This opportunity is set aside for HUBZone small business concerns. Under the Historically Underutilized Business Zone (HUBZone) Act of 1977 (15 U.S.C. 631 note), the HUBZone Program was created. Pursuant to FAR Subpart 19.13, to be eligible for a HUBZone contract, a HUBZone small business concern must be a HUBZone small business concern both at the time of its initial offer and at the time of contract award. ¿ Also note the contract performance cost for personnel as stated in FAR 52.219-3(d)(4). ¿(4) Construction by special trade contractors. (i) At least 25 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor ¿s employees; (ii) At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone prime contractor ¿s employees or on a combination of the HUBZone prime contractor ¿s employees and employees of HUBZone small business concern subcontractors; (iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns. ¿ As stated in the Presolicitation Notice issued and posted on June 24, 2016, Offerors are encouraged and expected to attend the scheduled site visit, to inspect the site, and to satisfy themselves regarding the conditions that may affect the cost of the products and performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. PUBLICIZING: The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the offerors to monitor the FBO and FedConnect websites to download the solicitation, specifications and drawings, other attachments, and all amendments issued against the solicitation. RESPONSE TIME AND AWARD: Response time for submission of all proposals is Monday, August 1, 2016 at 3:00 p.m. central time. REGISTRATION: All offerors are to have a Dun & Bradstreet number, be registered and active in the System for Award Management (SAM) at https://www.sam.gov, and have completed their Online Representations and Certifications in order to be awarded a contract; therefore, if you are not already registered and active in SAM, or have not completed your Representations and Certifications at https://www.sam.gov, it is strongly advised that you do so at this time. Failure on the part of the successful offeror to fulfill these requirements by the time the Contracting Officer makes award may result in award of the contract being made to the next otherwise successful offeror. If you do not have access to the internet or require assistance with acquiring a D&B number, and completing your SAM Registration, and Representations and Certifications, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at http://www.aptac-us.org/new/. POINT OF CONTACT: The point of contact for this Presolicitation Notice is Kathryn M. Logsdon, Contracting Officer, and can be reached by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01658/listing.html)
 
Place of Performance
Address: Fort Smith National Historic Site Historic Courthouse 301 Parker Avenue Fort Smith AR 72901 USA
Zip Code: 72901
 
Record
SN04200595-W 20160730/160728235530-acf8c5345d17bae5bcb07aa3d443c502 (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.