Federal Bid

Last Updated on 10 Oct 2017 at 6 PM
Solicitation
Bayfield Wisconsin

Replace Visitor Center to Correct Serious Safety Deficiencies to Enhance Visitor Experience

Solicitation ID P17PS01828
Posted Date 10 Oct 2017 at 6 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
Contracting Office Dsc Contracting Services Division
Agency Department Of Interior The
Location Bayfield Wisconsin United states 54810
ACTION: Solicitation Notice

SOLICITATION NUMBER: P17PS01828

CLASSIFICATION CODE: Y1JZ

CONTRACTING OFFICER: David E. 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, [email protected]

PLACE OF PERFORMANCE: Apostle Island National Lakeshore, Bayfield, WI

PLACE OF PERFORMANCE POSTAL CODE: 54814-4809

PLACE OF PERFORMANCE COUNTRY: USA

Titl Title of Project: Replace Visitor Center to Correct Serious Safety Deficiencies and Enhance
Visitor Experience

GENERAL:
The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a Competitive Small Business Set-Aside basis from interested small businesses having the capability to perform the work described below. This solicitation is being issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov . Proposal documents are available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications are available in Adobe PDF format; and drawings are 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 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.

Specific instructions on submitting your proposal are contained in this solicitation.

Proposal Receipt Date: October 17, 2017 by 2:00 pm MT.

The NAICS Code for this requirement is 236220 with a size standard of $36.5 million.

DESCRIPTION:
The National Park Service (NPS), Department of Interior, is seeking responses from Competitive Small
Business construction contractors who have the capability and interest in a single construction contract
for the removal and replacement of the existing Little Sand Bay visitor center. The new visitor center
will be approximately 63% smaller than the existing facility. Little Sand Bay (LSB) is 13 miles
northwest of the park's main visitor center which is located in Bayfield, Wisconsin. Situated near the
eastern end of the park's mainland unit, LSB serves as the principal launch area for overnight kayak trips
into the park archipelago, and is one of two primary day-use launch areas within APIS.

This project will remove and replace the existing LSB visitor center. The project would deconstruct the existing 3,834 square foot building and mitigate environmental contamination known to be on site including the fuel contaminated soil beneath the structure. The new visitor center will be approximately 63% smaller than the existing facility. The new visitor center will feature an exterior covered space to be used for orientation, wayfinding, safety, and interpretive exhibits. Exterior kiosks will provide visitor services when the new visitor center is closed.
The project will include, but not be limited to, the following:

• Provide and maintain construction schedule
• Health and Safety Plan
• Quality Control Program
• Secure work area
• Asbestos abatement
• Existing building demolition
• Remediation of contaminated soil
• Site layout, grading, site utilities, and concrete flatwork
• Construct concrete foundation system
• Construct new building
• Create and provide operations and maintenance manual
• Provide as-constructed drawings

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: $1 million - $5 million

Estimated Period of Performance: November-2017 - December 2018

NOTE: An organized site visit has been scheduled for: September 19th, 2017, 9:00 am
Participants will meet at: Apostle Islands National Lakeshore, 415 Washington Avenue, Bayfield, WI 54814.

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.


Bid Protests Not Available