Inactive
Notice ID:140P2019R0048
The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not...
The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not a request for proposal or invitation to bid. No proposal package, solicitation, specification or drawings are 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 choose to submit a package, clearly identify the park and project on your package (PULL 223195 - Visitor Center/PULL 253054 - Administration Building Stabilization) and identify your socioeconomic status (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, and Small). Your email capability information MUST be 6 pages or less and be SPECIFIC to the scope provided. You must also provide a letter from your bonding company verifying your bonding levels. Your response is due no later than 1:00 pm Mountain Time on March 26, 2019. 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. All firms should be registered and certified in www.SAM.gov. Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011. Send your email responses daryl_hawkins@contractor.nps.gov. Analysis of the 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. Pullman National Monument Construct New Visitor Center/Stabilize Administration Building NAICS Code: 236220 Estimated Cost Range: $5 million - $10 million Estimated Period of Performance: July 2019 - June 2020 Project Description: Visitor Center: Tenant improvements shall be made to the first floor of the three-story administration building, approximately 10,000 square feet for the purpose of creating a fully functional public area that shall house interpretive exhibits (exhibits are not in contract), a book store, toilet rooms, a multipurpose meeting room, a central lobby area, and vestibules at the entry doors. Additionally, back of house areas shall include staff offices, a conference room, a staff kitchen, storage areas, and server room. A variety of new floor, wall, and ceiling finishes shall be installed throughout. Millwork includes kitchen, toilet room, multipurpose room, and central information desk. Full plumbing/fire protection, HVAC, telecom and electrical systems shall be installed. Administration Building: Maintenance and repairs of the Pullman Administration Building on all three floors as needed to provide a sound structure for the new Visitor Center. The work includes full exterior and select interior masonry tuck-pointing; exterior and interior replacement of damaged stone and brick masonry; removal of masonry walls in central carriageway area on all three levels, and other miscellaneous selective demolition; repair and infill of limestone foundation walls and trench along the east wall; repair and steel reinforcement of select interior masonry openings; floor slab preparation and installation at all three levels; installation of masonry egress enclosures and stairs at all three levels; and the installation of a masonry elevator shaft at all three levels. The second and third floor exterior walls and third floor ceiling shall receive light gauge framing, insulation, vapor barrier and gypsum board, minimal code required electrical power and lighting, gas rough-in for future tenant finish and ceiling mounted heating units. Security and fire alarm systems shall be provided for the entire building, all floors. The clock tower access shall have safety improvements and the clock mechanisms shall be upgraded. Common to Both Projects: Both scopes of work shall be awarded as a single project, to be constructed by a single General Contractor. The Administration Building is located within property owned by the State of Illinois, and shares a common north wall with the North Factory Wing, owned by the State of Illinois. An access easement and areas on site for staging is provided by use agreement. Coordination and cooperation with other construction projects in progress shall be required. This includes a roof replacement and window project currently in progress (by NPS), a concurrent utility infrastructure and site development project (by CNI), and concurrent repairs and improvements to the North Factory Wing (by the State of Illinois). *************************************************************************************Firms interested in the project should possess the following specialized skills and experience and address these specialized skills and experience in their responses to this Notice, a submission of no more than 3 projects shall suffice to show experience and skills. 1) Experience performing the following work: a. Rehabilitation of historic buildings b. Experience in the construction of similar complexity and size projects c. Masonry repair and replacement d. Responsibility for the protection of cultural and natural resources e. Experience working in adverse weather conditions including snow and ice 2) Relevance of project experience to this project: a. Coordination with other contractors on congested project sites b. Historic and natural resource protection c. Work for National Park Service or other federal agencies Bonding Capability Interested firms MUST provide a letter from their bonding company to confirm their bonding capacity.