Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2025 SAM #8592
SOLICITATION NOTICE

Y -- Y--JECA Visitor Center Restroom Remodel and Airlock Door Hinges

Notice Date
6/3/2025 1:13:28 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MWR NEKOTA(63000) Rapid City SD 57701 USA
 
ZIP Code
57701
 
Solicitation Number
140P6325B0004
 
Response Due
4/28/2025 11:00:00 AM
 
Archive Date
06/20/2025
 
Point of Contact
Brzezinski, Joan, Phone: 6055740515
 
E-Mail Address
joan_brzezinski@nps.gov
(joan_brzezinski@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-Solicitation Notice: The National Park Service (NPS), MWR NEKOTA Major Acquisition Buying Office (MABO) intends to issue a solicitation for Jewel Cave National Monument, South Dakota to renovate the visitor center restrooms along with replacement of elevator hinge doors. The acquisition will be conducted using Invitation for Bids (IFB)/Sealed Bid process. Type of Contract: The NPS intends to award a firm-fixed price, construction contract in response to this IFB. Solicitation No.: 140P6325B0004. Project Location: Jewel Cave National Monument, 11149 US Hwy 16, Custer, SD 57730 Project Description: Work consists of Renovation of 685 square feet of restroom and entry vestibule. The existing men�s and women�s Jewel Cave NM restrooms will be demolished, and new accessible restrooms will be constructed with new finishes, plumbing, HVAC and electrical work included. Additional work includes the replacement of hinges for the elevator doors. Toilets: Contractor must provide toilets for contractor personnel, sufficiently lighted and ventilated toilet facilities in weatherproof, sight proof, handicap accessible (if required), sturdy enclosures with privacy locks. Additionally, the following shall be provided as part of the contract: � Two trailered restrooms with heating, ventilation, lighting and running water. � One trailer shall have three separate restrooms and be handicap accessible. The second trailer shall have a minimum of six stalls total with separate men�s and women�s restrooms. � Provide signage to direct visitors to the restrooms. � A trailer restroom will need to be provided for the duration of the construction of the new restrooms for the public. This trailer restroom shall contain 5 fixtures in both men�s and women�s, lighting, ventilation, heating/cooling and running water. Handicap accessible fixtures may be a portable unit. � Contractor will be responsible for cleaning and supplying the restrooms. At a minimum the restrooms shall be cleaned once a day and product restocking should be checked on regularly based on the number of visitors. � Operations to remove waste from the trailers should take place during off hours to prevent disruption to the visitors. Period of Performance: 180 calendar days contingent on issuance of Notice to Proceed. Magnitude: Between $500,000 and $1,000,000. Notice of Set Aside: This acquisition is set-aside for 100% Total Small Business Set-Aside. The associated NAICS code is 236220, Commercial and Institutional Building. The small business size standard is $45 million. Site Visit: A Pre-bid site visit will be scheduled, and the details announced with the release of the IFB. Offerors are highly encouraged to attend the scheduled site visit to ensure they fully understand the requirement and conditions that may affect the specifications, cost of project, and performance. Publicizing: The IFB package, including applicable specifications and drawings and attachments, will be posted to http://www.sam.gov Contract Opportunities on/about June 25, 2025. The responses will be due approximately 30 days after the IFB issue date and it is anticipated that the bid opening date will be scheduled on/about July 2025. The specific date and time will be announced in the solicitation that will follow this notice. No hardcopies or email copies will be provided. Registration: Offerors must have a UEI number and be registered and active in the System for Award Management (SAM) http://www.sam.gov in order to be eligible for award. For questions, please contact Joanie Brzezinski, Contract Specialist, joan_brzezinski@nps.gov, 605-574-0515.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6cf70dd09784b009c5a39c428ee5918/view)
 
Place of Performance
Address: Custer, SD 57730, USA
Zip Code: 57730
Country: USA
 
Record
SN07463493-F 20250605/250603230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.