Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2024 SAM #8429
SOURCES SOUGHT

Z -- Z--Replace Stinson Beach Lifeguard Tower and Visitor Snack Bar

Notice Date
12/23/2024 8:49:10 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PWR SF/SEA MABO(85000) SAN FRANCISCO CA 94104 USA
 
ZIP Code
94104
 
Solicitation Number
140P8525R0003
 
Response Due
1/10/2025 4:00:00 PM
 
Archive Date
01/31/2025
 
Point of Contact
Roman, Juan, Phone: 0000000000
 
E-Mail Address
juan_roman@nps.gov
(juan_roman@nps.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS OR INVITATION FOR BID. THERE IS NOT A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The National Park Service (NPS), Contracting Operations (ConOps) West is seeking qualified small business firms capable of performing construction services at Golden Gate National Recreation Area, Stinson Beach, California. The contract resulting from the solicitation will require that contractors manage multiple construction fields and components. Description: Replace Stinson Beach Lifeguard Tower and Visitor Snack Bar. This project will encompass multiple construction components and will require a contractor to be knowledgeable of both state and federal regulations as well as natural resource protection, specifically dunes, while working in marine/coastal conditions. The projected scope of work will include complete facility demolition, materials testing, potential hazardous material abatement, and the proper disposal of all materials. Construction will include wood and deep concrete pile driving, concrete foundation construction, site utilities work (gas, electric, communications), water & wastewater , HVAC, commercial kitchen installation, structural steel construction, tower observation platform/lantern installation, finish quality exterior and interior carpentry, and asphalt/concrete paving. The selected contractor will be responsible for all labor, supervision, engineering, permitting, materials, equipment, tools, parts, supplies, and transportation to perform the services described in the specifications and drawings for the project. PMIS #�s: 318662, 326935, 342029 The North American Industry Classification System (NAICS) code for this requirement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $45,000,000. Project Magnitude: Between $1,000,000 and $5,000,000. If you are interested, please submit your response electronically via email to juan_roman@nps.gov by the response date of January 10, 2025, at 4:00pm PST. If you chose to submit a package, clearly identify the notice number 140P8525R0003 in the title of the email and on all documents. It is requested that interested small businesses submit a response that demonstrates the ability to perform the services described. All responses should include: (1) The attached Contractor Information Form. (2) Capabilities statement for your company. The capabilities submitted should demonstrate same or similar experience. (3) Information on past projects. All past projects must have been completed within the last 5 years from the response date of this notice. Projects should demonstrate experience that encompasses a variety of construction services in the cost range described above. A maximum of 10 detailed project descriptions may be submitted. A list of other projects completed within the 5-year time span may also be submitted. Project information should contain a project description, contract number, dollar amount including % over / under project budget, change orders total cost and % of final costs, duration including % over / under initial schedule, project tracking and communications tools used, location, customer point of contact information including email and telephone, and any other pertinent information. (4) Under FAR 52.219-14, Limitations on Subcontracting, the employees of each small business must perform at least 15% of the work as measured by the dollar value of their task order contract. The 15% shall not include the costs for materials. Responses must include a description as to how your small business would meet this FAR requirement. 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. Analysis of the quantity and 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. 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. Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011. The information provided in this notice is subject to change and in no way binds NPS to solicit for or award a contract. NPS will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62848f0f2bdc436096b2fe35fb3f3a51/view)
 
Record
SN07300685-F 20241225/241223230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.