ACTION: Pre-Solicitation Notice
PRE-SOLICITATION NUMBER: 140P2024R0177
CLASSIFICATION CODE: Z2FA Repair or Alteration of Family Housing Facilities
CONTRACTING OFFICER: Vicki Freese-Supler
CONTRACT SPECIALIST: Jason Longshore
DSC-CS Contracting Services Division
National Park Service
P.O. Box 25287
Denver, CO 80225
POINT OF CONTACT:
Vicki Freese-Supler, Contracting Officer, 720-402-5467, vicki_l_freese-supler@nps.gov
PLACE OF PERFORMANCE: Yellowstone National Park, WY
PLACE OF PERFORMANCE POSTAL CODE: 82190
PLACE OF PERFORMANCE COUNTRY: USA
Title of Project: YELL 307127 Rehabilitate Exteriors of Ft. Yellowstone Buildings, Yellowstone National Park
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. The solicitation will be issued electronically on website at www.SAM.gov Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be 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.SAM.gov without registering. The SAM.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 UEI number in order to conduct business with the Federal Government.
This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.
Proposed Solicitation Issue Date: Estimated on/about September 23, 2024
This is currently 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 $45 million.
Title of Project: YELL 307127 Rehabilitate Exteriors of Ft. Yellowstone Buildings
Description:
The project will be completed utilizing a design bid build contract.
This project will focus on the preservation of seventeen (17) total historical housing units. There are sixteen (16) that are part of the Fort Yellowstone National Historic Landmark and one (1) CCC-era cottage that is part of the Mammoth Hot Springs Historic District.
The building s exteriors are in various degrees of deterioration which will continue to accelerate over time. Failure to address the deferred maintenance will lead to potential loss of these nationally significant historical structures, which are integral to the story of the creation and development of Yellowstone National Park. Such a loss would have a significant impact on the housing of park staff. The deferred maintenance and component renewal issues associated with the housing units pose a substantial threat to their historic integrity. These issues will be addressed through the execution and completion of the project to ensure these assets are restored and preserved for continued use.
-FMSS 2815 Double Captain s Quarters, 1909, Building 2
-FMSS 3851 - Field Officer s Quarters, 1909, Building 3
-FMSS 5944 & 5847 Double Officer s Quarters, 1897, Buildings 4 & 5
-FMSS 5954 & 5956 Double Officer s Quarters, 1891, Buildings 6 & 7
-FMSS 5958 Army Post Headquarters, 1891, Building 8
-FMSS 5961 Guard House, 1891, Building 9
-FMSS 6022 Quartermaster Storehouse, 1891, Building 10
-FMSS 6023 - Commissary, 1891, Building 11
-FMSS 6024 - Granary, 1891, Building 12
-FMSS 6031 Hospital Sergeant s Quarters, 1894, Building 14
-FMSS 6056 & 6064 Noncommissioned Sergeant s Quarters, 1897, Buildings 30 & 33
-FMSS 6058 & 6062 - Noncommissioned Sergeant s Quarters, 1891, Buildings 31 & 32
-FMSS 6133 Lower Mammoth Hot Springs House, 1938, Building HS-0083
All work shall be conducted in accordance with HPTC Treatment Guidelines and the Secretary of the Interior's Standards for the Treatment of Historic Properties (2017). Under the four treatments identified in the Secretary of the Interior's Standards for the Treatment of Historic Properties (2017), this project would be considered preservation, which focuses upon the repair of historic materials and features rather than extensive replacement and new construction. Where the severity of deterioration requires repair or limited replacement of a distinctive feature, the new material will match the old in composition, design, color and texture. In select cases, limited in-kind replacement would occur where building components and systems are well beyond their design life such as for roof systems including underlayment, flashing, drip edges, roof finishes (metal, wood shingle, tile), cornices, fascia, trim gutters and downspouts and appropriate drainage needs. Front Row houses used to have integrated rain gutters on them and these were likely removed due to ice and snow causing maintenance issues with their repairs and we will not re-install these gutters, but will address rainwater and snowmelt by using swales, French drains, buried perforated pipe, or other mitigation. Work will also include the repair of failed foundations; correct drainage issues; repair and restoration of windows; installation of new storm windows (with most being operable with screens); repair and/or limited in-kind replacement of front and rear porch components including steps and railing; repair or replacement of front and rear entry sidewalk; repair or restoration of chimneys.
-FMSS 2815 Double Captain s Quarters, 1909, Building 2
-FMSS 3851 - Field Officer s Quarters, 1909, Building 3
-FMSS 5944 & 5847 Double Officer s Quarters, 1897, Buildings 4 & 5
-FMSS 5954 & 5956 Double Officer s Quarters, 1891, Buildings 6 & 7 and single fireplace in all units of buildings:
-FMSS 5958 Army Post Headquarters, 1891, Building 8
-FMSS 5961 Guard House, 1891, Building 9
-FMSS 6022 Quartermaster Storehouse, 1891, Building 10
-FMSS 6023 - Commissary, 1891, Building 11
-FMSS 6024 - Granary, 1891, Building 12
-FMSS 6031 Hospital Sergeant s Quarters, 1894, Building 14
-FMSS 6056 & 6064 Noncommissioned Sergeant s Quarters, 1897, Buildings 30 & 33
-FMSS 6058 & 6062 - Noncommissioned Sergeant s Quarters, 1891, Buildings 31 & 32
-FMSS 6133 Lower Mammoth Hot Springs House, 1938, Building HS-0083
All of the buildings will include the operational chimney as detailed above and chimney caps and the installation of guy supports; all other chimneys will include the replacement of chimney caps and the installation of guy supports and repair of masonry walls and other masonry features showing evidence of deterioration such as disintegrating mortar, cracks in mortar joints, and loose bricks; repair of damaged siding an trim; removal of lead paint and re-application of historically accurate exterior finishes.
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: More than $10M
Estimated Period of Performance: The anticipated period of performance of 1,009 calendar days after notice to proceed
Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents
A pre-proposal meeting will be posted and date/location will be noted in the solicitation.
This procurement is being procured as a Unrestricted Full and Open Competition. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 236220 is $45 million. Small Disadvantaged Business 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 .
Special Notice September 09, 2024
YELL 307127 Rehabilitate Exteriors of Fort Yellowstone Structures
Solicitation Number: 140P2024R0177
1. An on-site Pre-Proposal Conference and Site-Visit is scheduled at Yellowstone National Park for Tuesday, September 24, 2024, from 10:00am to approximately 2:00pm MT. To receive an invite, please send an email to:
Subject: YELL 307127 Request PreProposal Invitation
To: vicki_l_freese-supler@nps.gov
Jason_Longshore@nps.gov
Include contact info for all attendees: (Company, Name, Email, Phone#)
2. It is anticipated that the Solicitation, including Specifications, Drawings, and supporting documents, will be issued on sam.gov prior to the Pre-Proposal conference on September 24. However, the on-site Pre-Proposal Conference/Site-Visit noted in #1 will take place regardless. The PreBid Agenda, Presentation Slides, and Sign in Sheet will be posted in an Amendment to the solicitation as soon as possible.
Please send any questions to : vicki_l_freese-supler@nps.gov and Jason_Longshore@nps.gov