SOURCES SOUGHT
Z -- Design/Build Rehabilitate Netherlands Carillon
- Notice Date
- 4/10/2018
- 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
- 140P2018R0067
- Archive Date
- 12/31/2018
- Point of Contact
- Paula Johnson, Phone: (303) 987-6643, Karen La Bouff-Kind,
- E-Mail Address
-
Paula_Johnson@nps.gov,
(Paula_Johnson@nps.gov, ontracting)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. NOTE: THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABILED VETERAN-OWNED SMALL BUSINESSES and/or WOMAN-OWNED SMALL BUSINESSES. The National Park Service (NPS), Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of potential SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS, and/or WOMAN-OWNED SMALL BUSINESSES for the project below. The Government anticipates a competitive method of contracting. Project Name: Design/Build Rehabilitate Netherlands Carillon to Improve Safety and Visitor Experience Location: George Washington Memorial Parkway (GWMP 214371), Arlington Ridge Park, Arlington, VA Estimated Magnitude: Between $1,000,000 and $5,000,000 Estimated Period of Performance: December 2018 to September 2020 Project Description The Netherlands Carillon is a historic property listed on the National Register of Historic Places, is located in Arlington Ridge Park, and is part of the National Park Service George Washington Memorial Parkway. The Netherlands Carillon was a gift from the people of the Netherlands to the people of the United States in gratitude for aid during and after World War II. The Netherlands Carillon was constructed in 1960 and the tower consists of a 127' tall x 25' deep x 36' wide steel framed structure with steel panel cladding. The tower houses 50 bronze bells with a total weight of over 30 tons. Inside the tower a steel stair leads to two observation decks, the first 60 feet above the plaza level and the second 84 feet above the plaza level. On the second observation deck level there is also a climate controlled room (clavier room) with a wooden console which allows carilloneurs to play the bells and perform public concerts. The tower stands in the center of a ninety‐three‐foot‐square plaza, paved with square slate tiles and surrounded by a broad, fourteen‐inch‐high wall made of a volcanic stone. Two stylized bronze lions flank the short ramp leading to the plaza on the east. The Netherlands Carillon is showing severe signs of deterioration. This project will rehabilitate the memorial following the Secretary of Interior's Standards of Rehabilitation and provide safe ABAAS compliant access to the site (plaza and tower). The National Park Service and the Royal Netherlands Embassy have formed a partnership agreement to restore and upgrade the Netherlands Carillon. As part of this effort the Embassy plans to restore and retune the bells, upgrade the bell operating system, and add three additional bells. The Design-Build project scope will include but not be limited to the following: • Develop Construction Drawings • Coordination with the Netherlands Embassy's renovation scope • Develop and maintain a construction schedule • Develop and maintain a Health and Safety Plan • Develop and maintain a Quality Control Program • Tree and landscape protection, secure work area, and temporary facilities • Asbestos abatement • Rehabilitate the tower steel frame and cladding panels • Improve the tower drainage and ventilation • Replace the checkered plate floor decks • Rehabilitate the steel stairs and railings • Rehabilitate the clavier room and soundboard roof • Replace existing mechanical and electrical systems • Rehabilitate the plaza pavers, perimeter wall, and bronze lion statues • Provide as-constructed drawings The NAICS Code for this requirement is 236220 Commercial and Institutional Building Construction with a corresponding size standard of $36.5 million gross receipts, averaged over the preceding 3 years. The size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 All firms should be certified in SAM https://www.sam.gov at time of submission in response to this notice. If submitting as a joint venture, the joint venture also must be registered in SAM at time of submission. The following Limitations on Subcontracting apply to each category as follows: • Small: In accordance with FAR clause 52.219-14, at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • 8(a): In accordance with FAR clause 52.219-14, at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. • HUBZone: In accordance with FAR clause 52.219-3, at least 15% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. • Service Disabled Veteran-Owned: In accordance with FAR clause 52.219-27, at least 15% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. • Women-Owned: In accordance with FAR clause 52.219-30, the concern will perform at least 15% of the cost of the contract incurred for personnel with its own employees. In order to be considered capable for award of this acquisition, firm(s)/teams must demonstrate the ability to perform within the Limitation on Subcontracting requirements listed above. Your email capability information MUST be 10 pages or less and be SPECIFIC to the scope provided for your company and any major proposed subcontractor. You must also provide a letter from your bonding company verifying your bonding levels. Include your firm's name, DUNS number, CAGE Code and identification/certification of business size and socioeconomic group in submissions responding to this notice. Required Capabilities & Evaluation Criteria: 1. Demonstrate experience managing and constructing projects of similar scope and size. 2. Demonstrated experience working on historic building projects. 3. Demonstrate ability to work in a highly visible location incorporating site safety and safety of the public. 4. Project management experience including client reporting, Sharepoint systems, CPM scheduling, implementing and maintaining a Quality Control Program. Responses shall be submitted by email only with a subject including the phrase "GWMP 214371" to the following email address Paula_Johnson@nps.gov Responses are due on Friday, April 20, 2018 by 1700 MT. The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement under one of SBA's socioeconomic business programs. The NPS does not intend to pay for any information provided under this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0067/listing.html)
- Place of Performance
- Address: George Washington Memorial Parkway, Netherlands Carillon, Arlington Ridge Park, Arlington, Virginia, United States
- Record
- SN04884173-W 20180412/180410230818-a3b074dc3076fdd07db7b95fd326d0c3 (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 |