Plaza Paver System Replacement and Visitor Center Rehabilitation
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Presolicitation (Original)
- Original Published Date: Dec 18, 2018 12:53 pm EST
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z - MAINT, REPAIR, ALTER REAL PROPERTY
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: Mount Rushmore National Park GRAND CANYON , AZ 86023-0129USA
Description
PRE-SOLICITATION NUMBER: 140P2019R0013
CLASSIFICATION CODE: Z2QA - Repair Alteration Restoration of Real Property
CONTRACTING OFFICER: Dave Thomas
DSC-CS Contracting Services Division
National Park Service
P.O. Box 25287
Denver, CO 80225
POINT OF CONTACT:
Joy Ewalt, Contract Specialist, 303-969-2394, joy_ewalt@nps.gov
PLACE OF PERFORMANCE: Mount Rushmore National Memorial
PLACE OF PERFORMANCE POSTAL CODE: 57751
PLACE OF PERFORMANCE COUNTRY: USA
Title of Project: Rehabilitate Visitor Center and Replace Plaza Paver System
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 the Federal Business Opportunities website at www.fedbizopps.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.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.
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 January 8th, 2019.
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 237990 with a size standard of $36.5 million.
Title of Project: Rehabilitate Visitor Center and Replace Plaza Paver System
Description:
Mount Rushmore National Memorial is located in the Black Hills of South Dakota, near to Jewel Cave National Monument and Wind Cave National Park. The project comprises two major components: (1) Rehabilitate and/or stabilize the Visitor Center, and (2) Replace the walkway and Plaza paver system.
The Visitor Center building, a cast-in-place concrete structure with a granite façade, was constructed during the 1990s, and has experienced water intrusion and the consequential deterioration of building components, systems, and finishes. The deterioration has resulted in increased operational maintenance and cleaning costs, and negatively impacts visitor experience.
The Visitor Center rooftop system, the Grand View Terrace Plaza paving system, and associated exterior concrete staircases will be reconstructed to prevent further water intrusion into the building. The project scope also includes HVAC, interior and exterior lighting upgrades, two elevator replacements, multiple public restroom renovations, and, upgrading and
replacing wall, floor and ceiling building finishes.
A pre-cast concrete walkway paver system was also laid in the early 1990s and extensive paver displacement, heaving, and disintegration have occurred due to water infiltration and retention, and subsequent freeze-thaw action. The lower avenue walkway and Avenue of Flags provide the principle access to the Grand View Terrace for viewing the Memorial sculpture. Starting at the
parking garages, the walkway extends past the concession facilities and to the Visitor Center roof top, the Grand View Terrace. The project scope includes demolition of the complete walkway paving system and installation of a new below-grade storm water drainage system and new concrete pavement system. The project will upgrade the pavement system to comply with current
accessibility standards and widen the Avenue of Flags to improve visitor experience. The Avenue of Flags flag columns will be demolished and reconstructed as part of this project.
The project will be constructed as a single project, but as the Memorial
receives more than 2.4 million visitors a year, it will be sequenced to accommodate seasonal weather variations and visitation, access logistics, and temporary facility closures.
Firms interested in the project should possess the following specialized skills and experience, in their responses to this Notice.
1) Including selective demolition, rehabilitation, renovation and repair of structures, including roofing system repairs and elevator installation.
2) Including pavement construction, site furniture and retaining wall construction, and installation of site utilities and drainage systems.
3) Installation of architectural grade concrete paving and pavement systems and specialty concrete working techniques.
4) Working in a similar environment, including:
a. Sequencing work operations to facilitate challenging access logistics and storage
b. Sequencing work operations to facilitate visitor access
c. Experience working in cold weather conditions
d. Responsibility for the protection of cultural and natural resources
e. Experience working in remote area where material deliveries and worker commutes may be difficult.
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: $5 million - $10 million
Estimated Period of Performance: May 2018 - May 2019
Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents
A pre-proposal meeting may be posted and date/location will be noted in the solicitation.
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 .
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
- Joy Ewalt
- joy_ewalt@nps.gov
- Phone Number (303) 969-2394
- Fax Number 303-987-6608
Secondary Point of Contact
- Dave Thomas
- dave_thomas@nps.gov
- Phone Number (303)-969-2831
- Fax Number 303-987-6608
History
- Jul 13, 2021 03:28 pm EDTSolicitation (Updated)
- May 29, 2019 11:57 am EDTAward Notice (Original)
- Feb 28, 2019 11:34 am ESTSolicitation (Updated)
- Feb 20, 2019 12:39 pm ESTPresolicitation (Updated)
- Jan 30, 2019 04:24 pm ESTPresolicitation (Updated)
- Dec 18, 2018 12:53 pm ESTPresolicitation (Original)