SOLICITATION NOTICE
Y -- Y--SEKI REHABILITATE ASH MOUNTAIN HELIBASE
- Notice Date
- 5/1/2025 6:51:32 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PWR GOGA(86000) SAN FRANCISCO CA 94123 USA
- ZIP Code
- 94123
- Solicitation Number
- 140P8625R0005
- Response Due
- 5/16/2025 3:00:00 PM
- Archive Date
- 05/31/2025
- Point of Contact
- Cuetara-Higa, Arcoiris, Phone: 0000000000
- E-Mail Address
-
arcoiris_cuetara-higa@nps.gov
(arcoiris_cuetara-higa@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NATIONAL PARK SERVICE SEQUOIA and KINGS CANYON (SEKI) NATIONAL PARK RFP No. 140P8625R0005 PRE-SOLICITATION ANNOUNCEMENT Rehabilitate Ash Mountain Heliport Building SEQUOIA AND KINGS CANYON NP, Three Rivers, CA The National Park Service (NPS) at Sequoia and Kings Canyon (SEKI) has a requirement removal of the existing Helibase building, built in various phases since the 1970s. The base work consists of the demolition of the existing building and construction of the new Helibase building. This includes but is not limited to demolition of existing building; grading, drainage, landscape, and paving immediately around the building, building construction: foundation, floors, walls, roof, windows, doors, interior and exterior finishes and casework; mechanical, electrical, plumbing, fire alarm systems. The work also includes five (5) Option Items: Option 1# New Water System which consists of replacement of existing water tank with new larger tank, all connections, trenching, grading, piping, surface preparation from the new tank to within five feet from the new building, Option#2 Oil/Water Separator which consists of installation of a new Oil and Water Separator at the Helipads, including all connections, trenching, piping, surface preparation, Option#3 Additional Site Work consists of all work associated with the gravel parking area and dry-stack stone retaining wall outside the exiting gate; asphalt driveway and parking, Option #4 Temporary Shade Structure consists of all work associated with construction of the south concrete patio and retractable sail shade structure, including surrounding grading, surface preparation, structural posts and foundations, walkway from the parking lot, sail shade and building attachments, and picnic table, and Option Item#5 Lightning Protection which consists of all work associated with installation of a lightning protection system The Contractor shall provide all supervision, labor, equipment, testing, and supplies necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation. Contract work includes: Base: Ash Mountain Helibase Option 1: New Water System Option 2: Oil/Water Separator Option 3: Additional Site Work Option 4: Temporary Shade Option 5: Lightning Protection All work shall be performed in accordance with local, state, and federal laws. The Contractor shall obtain all necessary permits required to successfully complete the work. Per FAR 36.204 the project range is estimated to be between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) Code for this requirement is 236220, with a corresponding size standard of $45 million in annual gross receipts for the past three years. This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered. The Request for Proposal (RFP) will be available on/about 05/16/2025, by electronic means only and can be downloaded along with all related attachments from the Contracting Opportunities website at www.sam.gov. The RFP will close 30 days from the actual date of issuance. The offeror is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP. The Government intends to award a single, firm-fixed-price contract. Evaluation for award will be made in accordance with the negotiated acquisition procedures outlined in FAR Part 15. Award selection will be made on a Best Value determination made after consideration of price and factors other than price (Experience, California Contractor License, Technical Approach & Schedule, Management & Safety, and Past Performance) as listed in Section M of the Request for Proposal. An organized site visit will be scheduled. While not mandatory, offerors are urged and expected to inspect the site where the work will be performed. See Section L of the RFP (when issued) for more information regarding the date, time, and location of the site visit.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/28390c4b288e4aa2af5f9fd35f331bed/view)
- Record
- SN07427951-F 20250503/250501230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |