Inactive
Notice ID:140P2023R0022
SEMO 218940, Develop Selma Interpretive Center at the Selma To Montgomery National Historic Trail, Selma, Al ACTION: Pre-Solicitation Notice PRE-SOLICITATION NUMBER: 140P2023R0022 CLASSIFICATION CODE:...
SEMO 218940, Develop Selma Interpretive Center at the Selma To Montgomery National Historic Trail, Selma, Al ACTION: Pre-Solicitation Notice PRE-SOLICITATION NUMBER: 140P2023R0022 CLASSIFICATION CODE: Y1FB, Construction of Recreational Buildings The NAICS Code for this requirement is 236220 with a size standard of $45.0 million. CONTRACTING OFFICER: John Babcock DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver, CO 80225 POINT OF CONTACT: Michael Smith, Contract Specialist, 303-969-2031, Michael_smith@contractor.nps.gov PLACE OF PERFORMANCE: 2, 4, 6, 8 and 10 Broad Street and 1119 Water Avenue, Selma Alabama PLACE OF PERFORMANCE POSTAL CODE: 36701 PLACE OF PERFORMANCE COUNTRY: USA Title of Project: Develop Selma Interpretive Center PARK/PMIS Identifier: SEMO 218940 GENERAL: The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a full and open basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the System for Award Management (SAM.gov), the official website of the U.S. Government. Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Vendors can search for opportunities and award history on SAM.gov without registering. The sam.gov website has an Interested Vendors List and a Watchlist where you can add your company¿s interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a DUNS number in order to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about March 31, 2023. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Description: The historic properties at 2, 4, 6, 8 and 10 Broad Street and 1119 Water Avenue are contributing resources to the Old Town Historic District originally listed in 1978, Updated National Register in 2003 and the proposed Water Avenue Historic District. 2 Broad Street was constructed in circa 1870 as a three-story building which was originally a bank building. No. 4 Broad Street was constructed in circa 1880 as a two-story brick commercial building. No. 6 Broad Street, constructed in circa 1890 as a brick, two-story building also designed for commercial use. Nos. 8 and 10 Broad Street was constructed in circa 1890 but have experienced a catastrophic collapse resulting in only the historic facades remaining. The 1119 Water Avenue parcel also experienced a catastrophic collapse with no building fragments remaining and consists of a vacant lot with no historic façade. Project Conditions: ¿ The project is located at the Selma To Montgomery National Historic Trail in Selma Alabama. ¿ The construction magnitude is between $5,000,000 and $10,000,000. ¿ The surrounding area is rural with limited staging located in the vacant lot at 8/10 Broad Street. ¿ The construction site is 50 miles from nearest suppliers and lodging facilities in Montgomery, AL. ¿ The Park bookstore will remain open during construction, thus contract activities and logistics must be structured and scheduled to minimize visitor impact. ¿ The site requires protective measures to ensure the surrounding area remains undisturbed. The site has adjoining party walls that will need protection. ¿ The structure is a historic/natural/cultural resource. ¿ The anticipated period of performance of 520 calendar days including any potential weather shutdown. ¿ There are no seasonal shutdowns mandated through the construction season. ¿ Winter construction may be required. Project Scope: This project will redevelop the historic properties at 2, 4, 6, 8, and 10 Broad Street, and 1119 Water Avenue in Selma, Alabama into a new interpretive center for the Selma to Montgomery NHT. Major work includes: ¿ Historic preservation of the exterior and interior at Nos. 4 and 6 Broad Street ¿ Historic preservation and structural support of the free standing façade at 8/10 Broad Street ¿ Structural repairs for water and termite damage for Nos. 4 and 6 Broad Street ¿ New building addition to No. 6 Broad Street ¿ New mechanical, plumbing, electrical, for Nos. 4 and 6 Broad Street ¿ New fire protection to Nos. 4 and 6 Broad Street ¿ New roof for Nos. 4 and 6 Broad Street ¿ New elevator for No. 2 Broad Street ¿ Redevelop interior floorplan of No. 2 Broad Street ¿ Interior and exterior painting ¿ Exterior hardscape, landscape, and irrigation ¿ New utilities services and connections Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror¿s technical capability in comparison to its price. Estimated Price Range: $5,000,000 to $10,000,000 Estimated Period of Performance: 520 Calendar Days After the NTP (Estimated August 2023 through January 2025) Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted, and date/location will be noted in the solicitation. This procurement is a FULL AND OPEN COMPETITION. Small Business Participation as % of Total Contract Value (TCV): The Contractor will be required to ensure 20% of the total contract value (TCV) is performed by small businesses. The prime contractor may contribute its self-performed effort to the percentage if it is a small business. The noted % was determined based upon the market research as noted above. The small business size standard for NAICS 236220 is $45.0 million. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clause, FAR 52.219-8¿Utilization of Small Business Concerns. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov .