SOURCES SOUGHT
Z -- PEVI 158285: Sources Sought for Design Build contract to provide on-site inspection, investigation, analysis, stabilization, and temporary masonry repairs of the Monument.
- Notice Date
- 2/1/2012
- Notice Type
- Sources Sought
- Contracting Office
- DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- P12PS00203
- Response Due
- 2/15/2012
- Archive Date
- 1/31/2013
- Point of Contact
- Sharon K. Miner Contract Specialist 3039876623 sharon_miner@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- General: The National Park Service, Department of Interior, intends to negotiate a sole source, Design-Build contract with the team of Wiss, Janney, Elstner Associates, Inc. (WJE), Northbrook, Illinois, to acquire the below listed services. The NAICS code for this requirement is 238190, size standard is $14.0M. Title of Project: Shard Removal, Perry's Victory and International Peace Memorial, Put-in-Bay, Ohio Description: The work of this proposed contract is to provide on-site inspection, investigation, analysis, stabilization, and temporary masonry repairs of the Monument. Perry's Victory and International Peace Memorial (PEVI) is located in Put-in-Bay Ohio on South Bass Island. This park's main resource is a 352-foot monument in the form of a Doric column built of 78 courses of pink Milford, Massachusetts granite. It is surmounted by a 23-foot tall bronze urn. Upper and Lower Plazas are of granite stones and a circular brick pattern at the base of the column with granite benches, urns, and planting boxes. The column itself is essentially unreinforced masonry constructed on bedrock. Since it was built, the materials on the monument have been subject to severe weather and freeze/thaw cycles as a result of water infiltration. The column shows signs of stress such as exterior surface cracking and leaching discolorations coming out of joints. In addition, granite shard pieces from the column have fallen off recently to the Upper Plaza below. Some column distress occurs because of its height and the temperature fluctuations that happen on this unreinforced concrete structure. Previous joint treatments/repairs made during the 1980's may have made problems worse by not allowing moisture to naturally exit the column joints. There are several types of granite distress present: cracking, spalls, and incipient spalls and delaminations at cracks. Delaminations, which typically occur adjacent to a crack within a granite block or a joint between blocks, indicate that a portion of the stone along the exposed surface of the block is separating from the main body of the granite block, usually along the plane of a crack that is visible on the exterior surface of the granite block. If not addressed, this condition allows the delaminating portion of the stone to loosen and become a falling hazard to the Upper Plaza below the column. Allowing the structure to remain untreated will also increase risk of further material stress failures at the exterior surfaces of the column, thus creating an extreme hazard to both visitor and park staff safety at the Upper Plaza. The park has installed a fence to prevent public and staff access onto the Upper Plaza because of this safety hazard. Until this project has been completed and it can be determined that it is safe to re-open and allow public access to the Upper Plaza, the monument remains closed. Wiss, Janney, Elstner Associates (WJE) is uniquely qualified to do the project because of their proven condition assessment expertise of investigating material failures on historic and monumental type structures. They are very experienced with high angle masonry assessment inspections and developing treatment recommendations on buildings with problems associated with freeze/thaw distress caused by water infiltration. WJE has expertise in the areas of tall structure scaffolding/rigging/constructability expertise, structural engineering with historic experience, historical stone mason experience, lime mortar and other joint sealant experience, historical stone conservator, material testing laboratories, waterproofing, historical architect, safety engineer, and cost estimating on similar, monumental-type historical structures. WJE is uniquely qualified to do the project because they were previously contracted to perform an exterior condition assessment of the monument which later included interim measures to stabilize cracked fascia panels and to support two soffit corners from further displacement. They also were involved in a recent column investigation at PEVI that must be continued in order to eliminate the hazards on the column which have forced the part to close the Upper Plaza. The firm must return to the project site to complete the work previously performed on the project. WJE's continuing involvement with this project is necessary to complete column repairs requiring a joint effort of engineering and masonry work. Repairs to the cracked or spalled granite and mortar joints depend on their size, shape, and condition which will have to be inspected and located by an engineer in order to determine the type of repair to be made by the construction contractor. Engineering location and evaluation of each column deficiency will have to be observed in the field before a mason can proceed with the repairs. This acquisition is being conducted under the procedures of FAR 5.201 and 6.302. The subsequent contract will be negotiated in accordance with FAR 36.606 and FAR Part 15. The Government believes that the identified contractor is the "only one responsible source" as defined by FAR 6.302-1 for the required services. Firms believing they can provide the required services must provide supporting evidence in sufficient detail to demonstrate the respondent's ability to meet the stated requirements via submission of a brief statement of qualifications to include listings and references for at least five similar projects that have been completed in the past five years. This notice is not a request for competitive quotes. All responses received within 15 days of the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquires will only be accepted by email to Sharon_Miner@nps.gov. Responses should include the statement of qualifications, listings and references of similar projects, and the firm's Dun and Bradstreet number. In order to be considered, the firms must be registered with the Central Contractor Registration system.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS00203/listing.html)
- Place of Performance
- Address: Perry's Victory and International Peace MemorialPut-in-Bay, Ohio
- Zip Code: 434560549
- Zip Code: 434560549
- Record
- SN02665290-W 20120203/120201234409-46a18e656ae142b277d4589172a2bee8 (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 |