The RFP Database
New business relationships start here

Pullman National Monument, PULL 223195-253045


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

ACTION: Soilicitation
PRE-SOLICITATION NUMBER: 140P2019R0048
CLASSIFICATION CODE: Y1QA - Construction or Restoration of real property (public or private)
CONTRACTING OFFICER: David Thomas
DSC-CS Contracting Services Division
National Park Service
P.O. Box 25287
Denver, CO 80225

POINT OF CONTACT:
Daryl Hawkins, Contract Specialist, 303-987-6689, daryl_hawkins@contractor.nps.gov
PLACE OF PERFORMANCE: Pullman National Monument, Chicago, Illinois
PLACE OF PERFORMANCE POSTAL CODE: 60628
PLACE OF PERFORMANCE COUNTRY: USA
Title of Project: Stabilize Administration Building and Construct New Visitor Center, Pullman National Monument, PULL 223195-253045
GENERAL:
The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals as an Unrestricted Full and Open Competition from all interested businesses having the capability to perform the work described below. The solicitation is being issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov . Proposal documents are available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications are 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 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.


Specific instructions on submitting your proposal are contained in the solicitation documents to be issued on or after the date listed below.


The due date for offers is; Octber 30, 2019, by 2:00 pm, MT.


A second organized site visit has been scheduled for October 17, 2019, at 2:00 PM, CT. Participants will meet at Pullman factory site; 11057 Sout Cottage Grove Avenue, Chicago, IL 60628.

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


Title of Project: Stabilize Administration Building (PULL 253045) and Construct New Visitor Center (PULL 223195)
Description:
The purpose of this project is as follows:
PULL 223195 - Visitor Center:
Project Description: Tenant improvements will be made to the first floor of the three story administration building, approximately 10,000 square feet for the purpose of creating a fully functional public area that will house interpretive exhibits (exhibits are not in contract), a book store, toilet rooms, a multipurpose meeting room, a central lobby area, and vestibules at the entry doors. Additionally, back of house areas will include staff offices, a conference room, a staff kitchen, storage areas, and server room. A variety of new floor, wall, and ceiling finishes will be installed throughout. Millwork includes kitchen, toilet room, multipurpose room, and central information desk. Full plumbing/fire protection, HVAC, telecom and electrical systems will be installed. All systems will be connected to new utility service lines (not in contract) within 5'-0" of the building perimeter. The second and third floors will be minimally finished per the description of PULL 253054 - Administration Building Stabilization, below. Roof level work is limited to new HVAC equipment, and associated penetrations and flashing.


PULL 253045 - Administration Building Stabilization:
Project Description: Maintenance and repairs of the Pullman Administration Building on all three floors as needed to provide a sound structure for the new Visitor Center. The work includes full exterior and select interior masonry tuck-pointing; exterior and interior replacement of damaged stone and brick masonry; removal of masonry walls in central carriageway area on all three levels and other miscellaneous selective demolition; repair and infill of limestone foundation walls and trench along the east wall; repair and steel reinforcement of select interior masonry openings; floor slab preparation and installation at all three levels; installation of masonry egress enclosures and stairs at all three levels; and the installation of a masonry elevator shaft at all three levels. The second and third floor exterior walls and 3rd floor ceiling will receive light gauge framing, insulation, vapor barrier and gypsum board, minimal code required electrical power and lighting, gas rough-in for future tenant finish and ceiling mounted heating units. Security and fire alarm systems will be provided for the entire building, all floors. The clock tower access will have safety improvements and the clock mechanisms will be upgraded.


Common to Both Projects:
Both scopes of work will be awarded as a single project, to be constructed by a single General Contractor. The Administration Building is located within property owned by the State of Illinois, and shares a common north wall with the North Factory Wing, owned by the State of Illinois. An access easement and areas on site for staging is provided by use agreement. Coordination and cooperation with other construction projects in progress will be required. This includes a roof replacement and window project currently in progress (by NPS), a concurrent utility infrastructure and site development project (by CNI), and concurrent repairs and improvements to the North Factory Wing (by the State of Illinois).


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: $5million - $10 million


Estimated Period of Performance:December 1, 2019 to November 30, 2020


This procurement is an unrestricted Full and Open Competition. All responsible business sources may submit an offer that will be considered. The small business size standard for NAICS 236220 is $36.5 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 .


Dave Thomas, Contracting Officer, Phone (303) 969-2831, Email Dave_Thomas@nps.gov - Daryl Hawkins, Contract Specialist, Email daryl_hawkins@contractor.nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP