Kansas Bids > Bid Detail

Z--FOSC - Fire Suppression Replacements

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159532022725964
Posted Date: Nov 15, 2022
Due Date: Nov 22, 2022
Solicitation No: 140P6023R0005
Source: https://sam.gov/opp/10203e1cc9...
Follow
Z--FOSC - Fire Suppression Replacements
Active
Contract Opportunity
Notice ID
140P6023R0005
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 15, 2022 04:10 pm EST
  • Original Response Date: Nov 22, 2022 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 15, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    199 Old Fort Blvd , KS 66701
    USA
Description
FOSC - Fire Suppression Replacements

The National Park Service requests information through this Sources Sought 140P6023R0005 from small business vendors registered as small businesses under NAICS 238220 ¿ Plumbing, Heating, and Air Conditioning Contractors, with a size standard of $16.5M or that meets that size standard and can perform the work. Vendors interested in submitting a proposal 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) 2:00 PM CS on November 22, 2022.

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 the following:

Demolition and replacement of the existing fire protection systems associated with 9 buildings at Fort Scott National Historic Site in Fort Scott, Kansas. 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.

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

Period of Performance: 405 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 (140P6023R0005) 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 238220) Mark all that apply:
¿ Small Business (meets size standard for NAICS
¿ 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 (140P6023R0005) in the subject line of all correspondence.

Future announcements concerning this requirement may be found on https://www.sam.gov under Keyword / Solicitation #: 140P6023R0005.
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
  • Nov 15, 2022 04:10 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >