The RFP Database
New business relationships start here

REHABILITATE FLAMINGO VISITOR CENTER AND REPLACE ROOF


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

POINTS OF CONTACT:
Kurt Ulmer, Contract Specialist, 303-969-2587, kurt_ulmer@contractor.nps.gov
Anne LaPorta, Contracting Officer, 303-969-2473, anne_laporta@nps.gov

THIS IS A SOLICITATION NOTICE. THIS SOLICITATION NOTICE IS ASSOCIATED WITH PRESOLICITATION NOTICE PRE140P2019R0067 THAT WAS POSTED ON FBO.GOV.


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. This is the solicitation being issued. Proposal documents are available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications are available in Adobe PDF format; and drawings are 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 www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.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 solicitation announcement is the solicitation. Specific instructions on submitting your proposal are contained in the solicitation documents.


Solicitation Issue Date: June 28, 2019.


This project currently is 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.
The NAICS Code for this requirement is 236220 with a size standard of $36.5 million.


Title of Project: Rehabilitate Flamingo Visitor Center and Replace Roof, Flamingo, FL 33034
Description:


The work of this contract is for construction services for the rehabilitation and repurposing of the existing Flamingo Visitor Center Area concessions building, to include replacing the roof.
Project Location: Everglades National Park, Florida Bay, Flamingo Visitors Area located near the City of Homestead, in Miami-Dade County, Florida. The site is approximately 50 miles from the main entrance of Everglades National Park.


This project is for construction services for the rehabilitation and repurposing of a Mission-66 era historic concessions building located at the Flamingo Visitor Center Area, located on the southwest tip of Florida. See https://www.nps.gov/ever/planyourvisit/flamdirections.htm


The work includes the repurposing and renovation of the interior space of the former Flamingo concessions restaurant and gift shop into a new visitor center to be called the "Guy Bradley Visitor Center" as well as renovation of the Law Enforcement Wing (current Ranger Station). The structure was constructed in the Mission-66 era and has historical significance. The work includes provision for a new elevator location and to abandon the existing cargo elevator to provide handicapped access for both visitors and staff. The new visitor center will house spaces for offices, restrooms, a multi-purpose room, back country permit kiosk, conference room and bookstore. The Great Hall/Gallery space within the renovated visitor center will be for multi-purpose use. Not only will this room be used to display the informational exhibits but it will also be used for hosting special events. The building is 58 years old and all mechanical, electrical systems, architectural finishes and built-in furnishings are being replaced due to the damage from past flooding. The ground level of the building will house toilet rooms and a back-country permit kiosk. This project includes the installation of a new fire protection-sprinkler system, as well as a code compliant fire alarm and smoke detection system. A building sound/intercom system and an audio visual system will be installed for the Great Hall/Gallery area.
Additionally the work includes historic preservation, exterior building work, flatwork at the new ABAAS compliant main entrance, a new elevator, energy upgrade/retrofit of the building envelope and building systems, exterior hurricane-rated windows and doors, rebuild of the entire roof, roof structure, and reinforcement of the roof structural members, and fire suppression system upgrades including upgrades to electrical at the water plant and valves at the lines, and replace and extend the water supply lines and fire pump upgrades. The Visitor center wing is approximately 8,616 sf on the upper level, and 4,208 sf on the ground level. The Law Enforcement wing is approximately 4,208 sf on the upper level and 701 sf on the ground level. The ground level spaces are primarily restrooms and circulation space.


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 million - $10 Million


Estimated Period of Performance: 510 calendar days after Notice to Proceed


Proposal receipt date is 16:00 (Mountain Daylight Time), July 30, 2019


A pre-proposal meeting will be held and is scheduled for 8:00 A.M. (Eastern) Thursday, July 11, 2019.


This procurement is being competed as full and open. 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.

Proposal Questions are due by 16:00 (Mountain Daylight Time), July 18, 2019.


Kurt D. Ulmer, Contract Specialist, Phone 3039692587, Email kurt_ulmer@contractor.nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP