Z--Sources Sought Announcement for Construction Serv
Process Number 140P1422R0002
Dates:
140P1422R0002
Department/Ind. Agency:INTERIOR, DEPARTMENT OF THE
Sub-tier:INTERIOR, DEPARTMENT OF THE
Sub Command:IMR NORTHERN ROCKIES(12200)
Office:IMR NORTHERN ROCKIES(12200)
General Information:
(UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
Updated Published Date:(UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
Original Published Date:2021-10-22 10:20:00
Original Response Date:Nov 12, 2021 03:00 pm MST
Inactive Policy:15 days after response date
Original Inactive Date:Nov 27, 2021
Classification:
Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
NAICS Code:236220 - Commercial and Institutional Building Construction
Description:
THIS IS A SOURCES SOUGHT NOTICE ONLY The NPS is seeking qualified construction firms or other qualified firms or organizations to provide general construction services, to include but not be limited to: construction only services to repair or rehabilitate historic and non-historic structures in addition to a minimal amount of new construction for project types inclusion of Site Utilities (gas, electric, communications), Site Improvements (trail, fence, grading, concrete work, landscaping), Water & Wastewater, Roadway (bike, roadway, signage, striping), Fire & Safety, Building exterior, Building interior, HVAC, Electrical, Plumbing (MEP), Sustainability (energy efficiency, renewables). The project examples include renovations of historic and non-historic maintenance shops, visitor center and fee stations, upgrades to electrical, water and sewer systems and facilities, rehabilitation of fire suppression systems and safety systems, parking lot and road paving, HVAC rehabilitation, re-roofing, water, sewer and gas tank construction. There may be minimal new construction of administrative building, comfort stations and vault toilets. These services will be provided to NPS units within the states of Montana and Wyoming, and also including Dinosaur National Monument, Golden Spike National Historic Site and Timpanogos Cave National Monument in Utah. The Government anticipates awarding a minimum of six (6) indefinite delivery/indefinite quantity firm-fixed price construction contracts. However, the Government reserves the right to award less than six contracts or more than six contracts as it deems necessary. The total contract period, to include options, shall not exceed five (5) calendar years. Task Orders may range from $2,000.00 to $5,000,000.00. The total of individual task orders placed against this contract shall not exceed $40,000,000.00 to any one contractor. If you are interested, please submit your detailed capabilities in WRITING via email to Kris_ONeil@nps.gov and should demonstrate same or similar experience. This is not a request for proposal (RFP) or an invitation to bid (IFB). There is no bid package, solicitation, specifications, or drawings 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 chose to submit a package, clearly identify the notice number 140P1422R0002, your DUNS number and your socioeconomic status: 8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, or Small Business. Your email capability information MUST be 6 pages or less and be SPECIFIC to general construction services, to include but not be limited to: construction, repair, and alteration of various facilities, electrical systems, and mechanical systems; concrete, asphalt, and earthworks; demolition/deconstruction of facilities; asbestos, lead based paint, and mold remediation. Provide a description of past projects, contract numbers, dollar amounts, time frame, duration, location, customer point of contact information including email and telephone (for example, contracting officers, project managers), and any other pertinent information. Be sure to include your DUNS number on your documentation. 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. Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011. Analysis of the quantity and 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
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
PO BOX 168, MAMMOTH SUPPLY BLDG #34
YELWSTN NL PK , WY 82190
USA
Primary Point of Contacts:O'Neil, Kristin