Skip to main content

An official website of the United States government

You have 2 new alerts

SFNC LODGE RENOVATION

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jan 04, 2024 11:30 am PST
  • Original Published Date: Dec 19, 2023 10:19 am PST
  • Updated Response Date: Jan 16, 2024 12:00 pm PST
  • Original Response Date: Jan 16, 2024 12:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 31, 2024
  • Original Inactive Date: Jan 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    San Bruno , CA 94066
    USA

Description

Project Description:

The San Francisco National Cemetery has one upcoming historic preservation rehabilitation project. The Cemetery is listed on the National Register of Historic Places and is within the bounds of the San Francisco Presidio National Historic Landmark. All work done on this project must conform to the Secretary of the Interior's Standards for the Treatment of Historic Properties for Rehabilitation, be performed by contractors and craftsmen with demonstrated successful experience in working with historic buildings and appropriate construction materials and is subject to review by the National Cemetery Administration Historic Architect.

The historic cemetery caretaker’s lodge dates to 1885 with the last major renovation dating to 1929. This project falls under the Rehabilitation Treatment Standard for Historic Properties, as defined by the Secretary of the Interior. The project consists of roof and gutter replacement, building systems upgrades, interior finishes rehabilitation, kitchen remodel, masonry and stucco repair, and minor landscaping. The building retains a high degree of historic integrity, and the project will emphasize the historic aspects of the work.

Capabilities and Qualifications:

  1. Successful performance on historic rehabilitation projects meeting Secretary of Interior standards. Majority self-performed is preferred.
  2. Supervision and administration of projects of similar scale and complexity.
  3. Tile roofing.
  4. Residential-scale construction.
  5. Previous work in a cemetery is preferred but not required.
  6. Offeror’s type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.).
  7. The capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute comparable work performed within the past five (5) years).

Provide at least three (3) examples with a maximum of three (3) pages with the following information:

  • A brief description of the project(s),
  • Customer name,
  • Timeliness of performance,
  • Customer satisfaction,
  • Dollar value of the project.

The North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction, which has a small business size standard of $45,000,000.00. The Product and Service Code (PSC) is Y1QA– Construction of Restoration of Real Property (Public or Private).

Anticipated solicitation issuance date is February 2024. The official Synopsis citing the solicitation number will be issued on sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.

SUMBISSION REQUIREMENTS FOR SOURCES SOUGHT:

Interested statements shall be limited to 10 single-sided pages total –using 10pt font and shall include the following information:

  1. Firm's name, address, point of contact, phone number, and email address.
  2. CAGE Code and UEI Number.
  3. Firm's Business Size
  4. Firm's Joint Venture (existing), including Mentor Protégés and teaming arrangement information is acceptable.
  5. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).Interested Firm's should be able to demonstrate bonding capacity well within the estimated construction range listed above.

Please label your email response as follows: Subject: Response to W912P7-24-S-XXX4: Sources Sought for San Francisco National Cemetery Historic Preservation.

Submission of interest to this source sought announcement is not a prerequisite to any potential future offerings, but participation will assist the San Francisco District in identifying sources with required capabilities. Firms responding to this source sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this announcement.

Interested firms shall respond to this Sources Sought Synopsis no later than 12:00PM Pacific Standard Time (PST) on 16 January 2024. All interested firms must be registered in sam.gov to be eligible for award of Government contracts. Please email your response to J.Dennis Neal at james.neal@usace.army.mil.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 450 GOLDEN GATE AVENUE
  • SAN FRANCISCO , CA 94102-3406
  • USA

Primary Point of Contact

Secondary Point of Contact

History