Looking for contract opportunity help?
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses.
Find your local PTAC
(opens in new window)
for free government expertise related to contract opportunities.
General Information
-
Contract Opportunity Type: Presolicitation (Original)
-
All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
-
Original Published Date: Dec 02, 2022 03:17 pm EST
-
Original Response Date: Dec 17, 2022 05:00 pm EST
-
Inactive Policy: 15 days after response date
-
Original Inactive Date:
-
Initiative:
Classification
Description
The National Park Service, Interior Regions 3/4/5, intends to issue a Request for Proposal (RFP) for the Fire Suppression Replacements project for the Fort Scott National Historic Site in Fort Scott, Kansas.
This project will evaluate, prioritize, and design the replacement of the fire suppression systems in nine historic structures at the Fort Scott National Historic Site that currently have existing fire
suppression systems. The new systems will maximize the protection of these assets against fire. The current fire suppression systems were installed circa 2000 and have passed the 15-year expected life cycle for dry pipe systems. These systems have required repairs to replace rusted piping to maintain functionality and protect the resources from water damage. As these systems continue to age, required repair costs and risk of water damage to the buildings, artifacts, and occupant risk will continue to escalate. Demolition and replacement of the existing fire protection systems associated with 9 buildings. Other work includes running a new water service line from the existing underground control valve into each building¿s riser room. The existing fire alarm system will also need to be tied into the new fire protection systems.
SOLICITATION NUMBER: 140P6023R0005
PROJECT MAGNITUDE: Between $1,000,000 and $5,000,000
TYPE OF CONTRACT: This will be a firm-fixed price contract expected to be awarded to a prime contractor by Spring 2023 with performance to begin in Spring 2023. Construction Wage Rate Requirements for Bourbon County, KS will apply.
EVALUATION FACTORS: Technical, Past Performance, and Price
North American Industry Classification System (NAICS) CODE CLASSIFICATION and SET ASIDE: The NAICS Code is 238220, and the size standard is $16.5 million. This project is set aside 100% for Total Small Businesses.
SITE VISIT: A site visit date, time, and meeting location will be announced in the solicitation. Offerors are highly encouraged to attend the scheduled site visit to inspect the site and to ensure they fully understand the requirement and conditions that may affect the cost of the project, specifications, and performance.
PUBLICIZING: The official solicitation (RFP) and its attachments will be issued and available January 2023 and will be posted to the Contract Opportunities/SAM.gov website at https://sam.gov/content/opportunities .
The contracting office will not provide hardcopies or email copies of the solicitation.
REGISTRATIONS: In order to be awarded a contract, an offeror must have an UEI number. Also, the offeror must be registered and active in the System for Award Management (SAM), website at http://www.sam.gov, and have completed their Online Representations and Certifications at the time of the solicitation close date once the solicitation is posted.
POINT OF CONTACT: Bridget Parizek, Contract Specialist, bridget_parizek@nps.gov
Attachments/Links
Contact Information
Contracting Office Address
-
601 Riverfront Drive
-
OMAHA , NE 68102
-
USA
Secondary Point of Contact
History