Inactive
Notice ID:140P2119R0019
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, CERTIF...
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), Washington Contracting Office (WCO) 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. Solicitation No.: 140P2119R0019 Project Name: Rehabilitate HVAC System and Replace Fire Detection & Intrusion Systems at Springwood Estate (HOFR 217048/227558) Location: Home of FDR National Historic Site (HOFR), Hyde Park, New York Estimated Magnitude: Between $1,000,000 and $5,000,000 Estimated Period of Performance: March 2020 through October 2020 Project Description: The National Park Service (NPS) Home of FDR National Historic Site (HOFR) has a requirement to rehabilitate the Roosevelt Home HVAC system and replace the existing fire detection and intrusion system in the Roosevelt Home. The project scope will include but not be limited to the following: HVAC: This project will remove and replace existing heating, cooling and ventilation equipment. Existing boiler house and standby generator will be demolished and that site restored. The historic Laundry House will be repurposed for the boiler and standby generator. All heating water piping, boilers, pumps, chillers, FCUs, CHW pumps, condensing unit and controls will be replaced. The existing 2500 gallon underground fuel oil tank will be removed and a natural gas line extended approximately 300 feet to fuel the new system. Fire/Intrusion: The project will remove all Pyrotronix System 3 fire Alarm system and components and provide smoke/heat detection on 1st, 2nd and 3rd floors; none are required in basement or attic. There will be limited pull stations and notification devices. Devices will be hard wired to alarm system with exceptions. The existing ITI UltraGard intrusion detection system and components will be removed and replaced with an off-site central station type intrusion detection alarm system with IP-based video surveillance analytics. NAICS Code & Size Standards: The NAICS Code for this requirement is 238220 Plumbing, Heating and Air-Conditioning with a corresponding size standard of $15 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 the Government's System for Award Management (SAM) at 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. Subcontracting: 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 shall be expended 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 shall be expended 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, including a proposed design firm. 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. Demonstrated experience managing the installation of HVAC systems and related infrastructure for construction projects of similar scope and size. 2. Demonstrated experience managing the installation of fire and intrusion systems and related infrastructure for construction projects of similar scope and size. 3. Demonstrated successful experience working on historic structures, incorporating site safety and safety of the public. 4. Demonstrated successful project management experience including client reporting, SharePoint systems, critical path method scheduling, and the implementation and maintenance of a Quality Control Program. Responses shall be submit electronically to the following email address: robin_fuchs@nps.gov Responses are due on WEDNESDAY, MAY 22, 2019 by 5:00 PM ET. 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.