Skip to main content

An official website of the United States government

You have 2 new alerts

Z--Fort Yellowstone Exterior Rehabilitation

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Jul 16, 2024 11:21 am MDT
  • Original Response Date: Jul 30, 2024 12:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 14, 2024
  • Initiative:

Classification

  • Original Set Aside:
  • Product Service Code: Z2FA - REPAIR OR ALTERATION OF FAMILY HOUSING FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:

Description

In Reply Refer to:
D5215 (DSC-CS)
YELL 307127
Date: 07/16/24
To: General Public (Via the Government’s Point Entry)
From: Jason Longshore, Contracting Officer, National Park Service, Denver Service Center
Subject: Sources Sought Notice
Reference: Fort Yellowstone Exterior Rehabilitation

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: 226220 – Commercial and Institutional Buidling

Small Business Size Standard: $45M

Solicitation: The NPS anticipates issuing a request for proposals in September 2024

Bonding: The NPS anticipates bid, performance and payment bonds will be required

Project Description:

The project is located at Yellowstone National Park
The construction magnitude more than $10M.

The surrounding area is urban with limited staging located at the Park.The construction site is 25- 50 of miles from nearest suppliers and lodging facilities.
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 historic/natural/cultural resource.
The anticipated period of performance of 808 calendar days including any potential weather shutdown.
There are seasonal/other shutdowns mandated through the construction season.

Project Description: This project will provide for the rehabilitation of the exterior features of 17 historic homes in the Historic Ft. Yellowstone area of Yellowstone National Park.

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.


Submittal Contents: Interested (small and large) businesses should submit the following information:
(1) Company name, 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: July 30, 2024, noon MT

Submit To: Jason Longshore, Jason_longshore@nps.gov

Contact Information

Contracting Office Address

  • 1 Denver Federal Center, Building 50 P.O. Box 25287
  • Denver , CO 80225
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 14, 2024 09:55 pm MDTSpecial Notice (Original)