Y--YELL 311631, Replace Mammoth Wastewater Collection
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: May 16, 2024 07:57 am MDT
- Original Response Date: May 31, 2024 12:00 pm MDT
- Inactive Policy: Manual
- Original Inactive Date: Jun 28, 2024
- Initiative:
Classification
- Original Set Aside:
- Product Service Code: Y1ND - CONSTRUCTION OF SEWAGE AND WASTE FACILITIES
- NAICS Code:
- 221320 - Sewage Treatment Facilities
- Place of Performance:
Description
From: Jason Longshore, Contracting Officer, National Park Service, Denver Service Center
Subject: Sources Sought Notice
Reference: YELL 311631, Replace Mammoth Wastewater Collection System, Yellowstone National Park
This is a Sources Sought Notice (SSN) for the purpose of conducting market research. Proposals are NOT being requested, nor accepted at this time. Responses are being requested from both large and small businesses.
Purpose: The purpose of this notice is to gain knowledge regarding the type of interested businesses and their qualifications. The National Park Service (NPS) will use information obtained through this notice to develop an acquisition strategy.
The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a small business or other socio-economical small business set-aside for the solicitation. Analysis of the quality of responses to this source 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.
Additional Information: No proposal package, solicitation, specification or drawings are available with this notice.
Cost Reimbursement: 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.
North American Industry Classification System (NAICS) code: 221320
Small Business Size Standard: $35,000,000
Solicitation: The NPS anticipates issuing a request for proposals in the summer of 2024.
Bonding: The NPS anticipates bid, performance and payment bonds will be required
Project Description:
Project Conditions:
The project is located at Yellowstone National Park, MT
The construction magnitude is $5M -$10M
The surrounding area is rural with limited staging located at or around Mammoth Hot Springs, staging location will be identified on plans.
Note any unique material delivery requirements.
The construction site is 25 miles from nearest suppliers and lodging facilities. Lodging facilities may be secured on site.
The Park will remain open during construction, thus contract activities and logistics must be structured and scheduled to minimize visitor impact.
The site requires protective measures to ensure the surrounding area remains undisturbed.
The structure is a /natural/cultural resource.
The anticipated period of performance of approximately 270 calendar days including any potential weather shutdown.
There are seasonal/other shutdowns mandated through the construction season.
Project Scope:
This project includes gravity sewer rehabilitation and repair throughout the Mammoth
Hot Springs area. Open trench replacement, CIPP lining, pipe bursting, horizontal directional
drilling, and manhole repairs and/or replacement are all a part of the project scope as detailed in the plans and specifications.
Submittal Contents: Interested (small and large) businesses should submit the following information:
(1) Company name, DUNS/UEI number, address, point of contact, telephone number, and email address.
(2) Business type: Classification as a Large or Small Business under the above listed NAICS, Small Business Administration (SBA) certified Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Businesses (VOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Woman Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB). 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.
(3) Statement regarding your company¿s bonding capacity. Letters from bonding companies are not required at this time.
(4) Information demonstrating experience and capability on projects of same or similar size, scope and magnitude, and constructed under similar conditions.
(5) In addition businesses may submit existing marketing materials such as capability statements and brochures.
Submittal Due Date/Time: Noon Mountain Time, 05/31/2024
Submit To: Jason_longshore@nps.gov
Attachments/Links
Contact Information
Contracting Office Address
- 1 Denver Federal Center, Building 50 P.O. Box 25287
- Denver , CO 80225
- USA
Primary Point of Contact
- Longshore, Jason
- Jason_Longshore@nps.gov
- Phone Number 3039692288
- Fax Number 314/842
Secondary Point of Contact
History
- Jun 28, 2024 09:55 pm MDTSpecial Notice (Original)