This amendment is to update the sources sought language and investigate the possibility of a service-disabled veteran-owned small business (SDVOSB) set aside.
The National Park Service is considering a contract at Scotty¿s Castle, Death Valley National Park. The requirement is for the installation of new water distribution and service lines, installation of new sanitary sewer collection and service lines, rehabilitation of existing sanitary sewer collection and service lines using cured-in- place-pipe (CIPP). Service improvements are for the Hacienda, Visitor Center, Cookhouse, Main House (Castle), existing public restrooms, and the location for the planned new public restrooms. In addition, the project will rehabilitate the electrical distribution system, specifically improvements to the Main House (Castle) and Annex, Power House, Chimes Tower, and the tunnel system including emergency lighting systems, bringing the site into compliance with current National Electrical Code (NEC) standards. The project will be implemented using the North American Industry Classification System (NAICS) Code NAICS Code: 237110 - Water and Sewer Line and Related Structures Construction. The applicable classification code is Y1NZ710P Construction Utility Systems.
The National Park Service is conducting this Sources Sought to determine if a SDVOSB or Sole Source SDVOSB is a viable set aside. The National Parks is seeking SDVOSB Contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement, is a qualified SDVOSB for the NAICS code 237110 (small business size standard of $45,000,000.00) and has performed similar projects noted below. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The National Park Service may consider a SDVOSB sole source if only one response is received.
This is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.
This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.
Submission Instructions: Responses via email are due 20 March 2023 by 2:00 pm Pacific Daylight Time to Caleb Overbaugh, contract specialist, at caleb_overbaugh@nps.gov and Cris Stubitz, Contracting Officer, at cris_stubitz@nps.gov and must include the information requested below. Responses greater than <5> double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research, and the Government will not entertain any questions.
Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought.
Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm¿s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:
A. Company Profile to include:
1. Company name and address;
2. Affiliate information: parent company, joint venture partners, and potential teaming partners;
3. Year the firm was established and number of employees;
4. Points of contact (names, titles, phone numbers and email addresses);
5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/:
6. Small Business designation/status (must correlate with SAM registration):
_____ Small business _____ HUBZone _____ WOSB
_____ 8(a) _____ VOSB
_____ SDVOSB
_____ Small Disadvantaged Business
7. Documentation of the company¿s ability to obtain financing for a contract valued between $1,000,000 and $1,500,000.
8. Bonding capability.
9. Include a brief summary of the similar work performed, supporting narrative to show why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners. In addition, include proof of satisfactory past performance on the referenced projects.