Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOURCES SOUGHT

Z -- Rehab Visitor Ctr and Replace Plaza Paver System

Notice Date
3/7/2018
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
140P2018R0056
 
Archive Date
4/6/2018
 
Point of Contact
Joy Ewalt, Phone: (303) 969-2394, Dave Thomas, Phone: (303)-969-2831
 
E-Mail Address
joy_ewalt@nps.gov, dave_thomas@nps.gov
(joy_ewalt@nps.gov, dave_thomas@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not a request for proposal or invitation to bid. No proposal package, solicitation, specification or drawings are available with this announcement. Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests. If you choose to submit a package, clearly identify the park and project on your package, and identify your socioeconomic status (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, and Small). Your email capability information MUST be 10 pages or less and be SPECIFIC to the scope provided. You must also provide a letter from your bonding company verifying your bonding levels. Your response is due no later than 4:00 pm Mountain Time on March 22, 2018. The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a competitive set-aside or full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc.-see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. All firms should be registered and certified in www.SAM.gov. Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011. Send your email responses to dave_thomas @nps.gov. Analysis of the quality of responses to this sources sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement. MORU 219680 Mount Rushmore National Memorial, Rehabilitate Visitor Center and Replace Plaza Paver System NAICS Code: 237990 PSC Code: Z2QA Estimated Cost Range: $5 million - $10 million Estimated Period of Performance: November 2018 - May 2020 Project Description Mount Rushmore National Memorial is located in the Black Hills of South Dakota, near to Jewel Cave National Monument and Wind Cave National Park. The project comprises two major components: (1) Rehabilitate and/or stabilize the Visitor Center, and (2) Replace the walkway and Plaza paver system. The Visitor Center building, a cast-in-place concrete structure with a granite façade, was constructed during the 1990s, and has experienced water intrusion and the consequential deterioration of building components, systems, and finishes. The deterioration has resulted in increased operational maintenance and cleaning costs, and negatively impacts visitor experience. The Visitor Center rooftop system, the Grand View Terrace Plaza paving system, and associated exterior concrete staircases will be reconstructed to prevent further water intrusion into the building. The project scope also includes HVAC, interior and exterior lighting upgrades, two elevator replacements, multiple public restroom renovations, and, upgrading and replacing wall, floor and ceiling building finishes. A pre-cast concrete walkway paver system was also laid in the early 1990s and extensive paver displacement, heaving, and disintegration have occurred due to water infiltration and retention, and subsequent freeze-thaw action. The lower avenue walkway and Avenue of Flags provide the principle access to the Grand View Terrace for viewing the Memorial sculpture. Starting at the parking garages, the walkway extends past the concession facilities and to the Visitor Center roof top, the Grand View Terrace. The project scope includes demolition of the complete walkway paving system and installation of a new below-grade storm water drainage system and new concrete pavement system. The project will upgrade the pavement system to comply with current accessibility standards and widen the Avenue of Flags to improve visitor experience. The Avenue of Flags flag columns will be demolished and reconstructed as part of this project. The project will be constructed as a single project, but as the Memorial receives more than 2.4 million visitors a year, it will be sequenced to accommodate seasonal weather variations and visitation, access logistics, and temporary facility closures. Firms interested in the project should possess the following specialized skills and experience, in their responses to this Notice. 1) Including selective demolition, rehabilitation, renovation and repair of structures, including roofing system repairs and elevator installation. 2) Including pavement construction, site furniture and retaining wall construction, and installation of site utilities and drainage systems. 3) Installation of architectural grade concrete paving and pavement systems and specialty concrete working techniques. 4) Working in a similar environment, including: a. Sequencing work operations to facilitate challenging access logistics and storage b. Sequencing work operations to facilitate visitor access c. Experience working in cold weather conditions d. Responsibility for the protection of cultural and natural resources e. Experience working in remote area where material deliveries and worker commutes may be difficult. Bonding Capability Interested firms MUST provide a letter from their bonding company to confirm their bonding capacity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P2018R0056/listing.html)
 
Place of Performance
Address: Mount Rushmore National Monument, Keystone, South Dakota, 57751, United States
Zip Code: 57751
 
Record
SN04845871-W 20180309/180307231432-6eeb98e4afedb44c20bbaf76e114be92 (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.