Z--HEHO - Housing Foundation Replacements

Agency: INTERIOR, DEPARTMENT OF THE
State: Iowa
Type of Government: Federal
FSC Category:
  • Z - Maintenance, Repair or Alteration of Real Property
NAICS Category:
  • 238110 - Poured Concrete Foundation and Structure Contractors
Posted Date: Mar 31, 2023
Due Date: Apr 6, 2023
Solicitation No: 140P6023B0004
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Z--HEHO - Housing Foundation Replacements
Active
Contract Opportunity
Notice ID
140P6023B0004
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
MWR MIDWEST REGION(60000)
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 31, 2023 11:30 am CDT
  • Original Published Date: Mar 31, 2023 06:44 am CDT
  • Updated Response Date: Apr 06, 2023 11:00 am CDT
  • Original Response Date: Apr 06, 2023 11:00 am CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 21, 2023
  • Original Inactive Date: May 06, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: Z2FZ - REPAIR OR ALTERATION OF OTHER RESIDENTIAL BUILDINGS
  • NAICS Code:
    • 238110 - Poured Concrete Foundation and Structure Contractors
  • Place of Performance:
    110 Parkside Dr West Branch , IA 52358
    USA
Description View Changes
HEHO - Housing Foundation Replacements

The National Park Service requests information through this Sources Sought 140P6023B0004 from small business vendors registered as small businesses under NAICS 238110 Poured Concrete Foundation and Structure Contractors, with a size standard of $19M or that meets that size standard and can perform the work. Vendors interested in submitting a bid for this requirement should send a Statement of Qualifications. Submit information to the Contract Specialist, Bridget Parizek, at bridget_parizek@nps.gov, no later than (NLT) 11:00 AM CDT on April 6, 2023.

All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy decision based on the results of this market survey and a future solicitation may be issued as unrestricted without further consideration.

The Work consists of fully replacing the foundations of three historic buildings (Staple House, Wright House, and the Isaac Miles House) at Herbert Hoover National Historic Site in West Branch, Iowa. Work includes:

1.        Document existing all existing conditions, dimensions, and installation techniques as required to replace, repair, or provide new as required as historically accurate as feasible Improve durability with modern materials and methods as appropriate, replicate existing conditions where visible.
2.        Demolish the non-historical front porch in its entirety at the Staples house, and install new wood stairs, canopies, sidewalks, and handrails as required.
3.        Excavation and preparation of the site and existing utilities as required for new foundations and site work.
4.         Improve existing site drainage with new minimum slopes, swales, and site features as required for positive drainage away from building structures. Existing sites have settled significantly, and requires modifications to properly drain and preserve each house.
5.        Demolish and replace foundations, footings, and drainage systems at each house.
6.        Shoring of the existing structure as related to foundation replacement. Lifting operations shall be designed by a Registered Professional Engineer. Any damage incurred shall be the responsibility of the contractor to replace in kind as approved by the COR.
7.        Foundation parging at Isaac Miles, stone veneer repurposing at Staples, and brick veneer repurposing at Wright.

The National Park Service anticipates awarding a Firm Fixed-Price contract.

Period of Performance: 210 calendar days from Notice to Proceed

Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through Sam.gov at https://www.sam.gov. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the Contract Specialist, Bridget Parizek, bridget_parizek@nps.gov. Include the reference number (140P6023B0004) in the subject line.

DISCLAIMER: This is NOT a solicitation announcement. This is a sources sought announcement only. Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements. Electing not to submit a capability statement does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not submit a capability statement. Any subsequent solicitation, if issued, will be subject to availability of funds.

Interested firms must submit the following information:

-        Name of Firm
-        Point of Contact
-        Address
-        Phone Number
-        Email Address
-        UEI Number
-        Capability statement- A brief summary of capabilities.
-        Size status/SBA certifications (size standard for NAICS 238110) Mark all that apply:
- Small Business (meets size standard for NAICS 238110)
- Indian Small Business Economic Enterprises
- Women Owned Small Business (WOSB)
- Economically Disadvantaged Women Owned Small Business (EDWOSB)
- HUBZone
- Service Disabled Veteran Owned Small Business (SDVOSB)
- Other (specify)

Please include the reference number (140P6023B0004) in the subject line of all correspondence.

Future announcements concerning this requirement may be found on https://www.sam.gov under Keyword / Solicitation #: 140P6023B0004.
END OF ANNOUNCEMENT
Attachments/Links
Contact Information
Contracting Office Address
  • 601 Riverfront Drive
  • OMAHA , NE 68102
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 24, 2023[Presolicitation (Original)] Z--HEHO - Housing Foundation Replacements
May 9, 2023[Solicitation (Original)] HEHO - Housing Foundation Replacements
May 19, 2023[Solicitation (Updated)] Z--HEHO - Housing Foundation Replacements
May 30, 2023[Solicitation (Updated)] Z--HEHO - Housing Foundation Replacements
Jul 24, 2023[Award Notice (Original)] Z--HEHO - Housing Foundation Replacements

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Creston-Maryville 161 kV Transmission Line Reconductor IA/MO Active Contract Opportunity Notice ID

ENERGY, DEPARTMENT OF

Bid Due: 5/10/2024

Open DAS MEBS House Structural Repairs DAS MEBS House Structural Repairs Open 4/15/2024

Iowa Department of Administrative Services

Bid Due: 5/08/2024

Bid Number Agency Contact Title Effective Date Expiration Date RFP938800-01 Administrative Services, Dept

State Government of Iowa

Bid Due: 5/09/2024

Beardshear Hall-Room 2350-Remodel Prebid Meeting: 4/23/2024 1:00:00 PM Prebid location: Beardshear Hall Room

Iowa State University

Bid Due: 5/01/2024