ACAD 187690 - Repair Components of Islesford Historical Museum
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.: 140P2119R0029 Project Name: Repair Components of Islesford Historical Museum (ACAD 187690) Location: Acadia National Park (ACAD), Little Cranberry Island, Hancock County, Islesford, Maine Estimated Magnitude: Between $500,000 and $1,000,000 Estimated Period of Performance: November 2019 through July 2020. Project Description: The National Park Service, Acadia National Park, has a requirement to repair components of the Islesford Historical Museum. The project scope will include but not be limited to the following: Building system improvements to HVAC and Electrical systems including replacement of existing oil-fired furnace with split system heat pump and AHU. Removal of existing equipment and replacement of piping and ductwork as required to install new equipment removal of two oil storage tanks and associated piping, Installation of battery backup sump pump system, Installation of new combination exit signs/emergency lights replace dimmer controls. Site Work components including installation of a heat pump and pad, trenching to bury associated HVAC and electrical lines, coring to run lines into building. Restoration of scoured soil at building perimeter, finish grading to slope away from building, seed and sod to areas of work. Exterior envelope preservation maintenance and replacement including complete removal of existing slate roof, flashing, and underlayment and replacement with new materials to match. Flat seam copper dormer roof replacement, lead coated copper cricket replacement, Copper gutter work including inspection and cleaning of existing gutters installation of additional downspouts and extensions, and repair and/or replacement of portions of the existing system. Masonry rehabilitation including cleaning to remove organic growth and stains, selective brick and stone repointing, brick rebuilding and replacement, installation of two new chimney caps, resetting granite stair treads and concrete repairs to existing areaway. Repair of existing metal handrail including welding. Dutchman and epoxy fill work window, door, and trim repairs including wood Dutchmen, epoxy repairs, window re-glazing (putty), and fabrication of storm panels for specialty windows, weather stripping, and refurbishment of hardware. Fabrication of new acetylated wood shutters and bulkhead door, restoration of existing raised panel entrance door and surround. Preparation, priming and painting of wood and metal materials including railings, wood window and door frames and trim, interior window reveals and frames, interior and exterior of sash. Removal of painted surfaces to make repairs. Lead paint and hazardous material removal and protection. Fabrication and installation of UV roller shades and interior half screens at windows. NAICS Code & Size Standards: 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 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. 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 your bonding capacity 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 and repair of historic windows, doors, masonry repairs, and cleaning; In addition, preparation, priming and painting of wood and metal materials, 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 Friday, JUNE 7, 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »