Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2018 FBO #5903
SOURCES SOUGHT

Y -- VAFO 211497 - rehabilitate the Visitor Center (VC) at Valley Forge National Historic Park

Notice Date
1/19/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
 
ZIP Code
80228
 
Solicitation Number
P18PSxxxxx
 
Archive Date
2/17/2018
 
Point of Contact
Phil Robinson, Phone: (303) 969-2137, Pamela Mault,
 
E-Mail Address
philip_robinson@nps.gov, pamela_mault@nps.gov
(philip_robinson@nps.gov, pamela_mault@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This sources sought is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government is seeking to identify QUALIFIED SMALL BUSINESS SOURCES for a COMPETITIVE PROCUREMENT under 2017 North American Industry Classification System (NAICS) 236220 Commercial Building Construction (Size Standard - $36.5 million). The National Park Service, Denver Service Center requires a firm fixed price construction contract to rehabilitate the Visitor Center (VC) at Valley Forge National Historic Park, King of Prussia, PA. The VC is 18,000 sq ft and the objective of the project is to provide better operational and energy efficiency, environmental controls, fire protection and security system. This will be accomplished through the replacement of major systems including the roof, exterior windows, elevator, electrical system and HVAC. The prime contractor will be responsible for providing a temporary VC on the site, pack up the collections and relocate them to an appropriate storage facility, packing up the offices and relocating them to the temporary VC. Upon completion of the rehabilitation, the prime contractor will be responsible for the removal of the temporary VC and returning the collections and offices to the newly rehabilitated VC. Finally the contractor will be responsible for the full removal of the temporary VC and restoration of the site. Estimated Construction Magnitude: $5 Million to $10 Million Period of Performance: 455 calendar days after Notice to Proceed. Estimated NTP is October 2018. The contract award is anticipated to be in August 2018. The Government invites SMALL BUSINESS CONTRACTORS that possess the qualifications and capabilities to perform this requirement and are interested in proposing on this contract in the future to submit a response that clearly demonstrates the required qualifications and capabilities. The response shall include the information necessary to determine your company's ability to meet the requirements described within this document. For this requirement, if awarded to small business, the limitation on subcontracting will apply, requiring the concern to perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Responses shall demonstrate the ability to meet this requirement. The response shall include descriptions of projects with a maximum of 3 that your firm has been the prime contractor for and self-performed a minimum of 15% that are considered relevant to this project. Provide enough information so that it can be sufficiently evaluated to make a determination regarding qualifications. At a minimum, describe the project, the customer, where it was performed, what the period of performance was, the entire dollar value, how much and what was self-performed and any other relevant information. For each project, provide the contact information for the customer to include a name, phone number and email address so that past performance information can be obtained. In addition, provide a short narrative that describes how your company has the resources to finance, schedule and manage this requirement. Provide bonding capability for a single project, aggregate amount and current available bonding. Provide the company's point of contact with an email and phone number, the mailing address and DUNS number. The response to this sources sought is not expected to be a proposal, but rather a summarized description of qualifications and capabilities. Any brochures or currently existing marketing material may also be submitted. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information received from potential sources as a result of this sources sought. Respondents will not be notified of the Sources Sought results. Only electronic submissions via email will be accepted. No hard copy or facsimile submissions will be accepted. Responses to this Sources Sought may be emailed to Phil Robinson at philip_robinson@nps.gov e title "VAFO 211497 Sources Sought Response (company name)." Responses must be received no later than February 2, 2018 by close of business. Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P18PSxxxxx/listing.html)
 
Place of Performance
Address: Visitor Center (VC) at Valley Forge National Historic Park, King of Prussia, Pennsylvania, 19406, United States
Zip Code: 19406
 
Record
SN04794273-W 20180121/180119230740-8026434862223eeef220343057527ab4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.