Z--FOLS - Replace Alarm System and Electrical Panel

Agency:
State: Kansas
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159733929898046
Posted Date: Feb 16, 2024
Due Date: Feb 23, 2024
Source: Members Only
Follow
Z--FOLS - Replace Alarm System and Electrical Panel
Active
Contract Opportunity
Notice ID
140P6024B0004
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
MWR MIDWEST REGION(60000)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 16, 2024 08:04 am CST
  • Original Response Date: Feb 23, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    1767 KS Hwy 156 Larned , KS
    USA
Description
SOURCES SOUGHT (MARKET SURVEY):

The National Park Service (NPS) is conducting a market survey to determine the interest and capability of contractors for a possible upcoming project. 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 determination based on the results of this market survey.

Prime contractors interested in working at Fort Larned National Historic Site the work will consist of:

Provide a new addressable alarm system with managing computer system in nine historic structures and the park¿s maintenance facility. The new intrusion/fire alarm system will have passive inferred intrusion sensors, and magnetic door contacts, at select locations, as part of the intrusion detection. Fire detection portion of system to include smoke and heat (rate of rise) sensors and some structures will have fire pull stations, hard wire carbon dioxide monitors and ADA compliant horn and strobe lights. All structures will have a new video surveillance system monitoring exterior areas and points of interest on interior surfaces. Video recording equipment shall tie into the managing program of the system. This will allow off site observance of the fort and other protected resources. Electrical Panel Replacement: Replace the main 400 amperage electrical distribution panel in the park visitor center. The new panel will replace an existing panel installed in 1974 servicing the park headquarters, visitor center and museum facility. A temporary electrical service panel will be needed while work to replace the panel is installed and tested.

The NAICS code for this project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45M. The Magnitude of Construction anticipated is between $1,000,000 and $5,000,000. Interested contractors should also consider their construction bonding capacities when responding.

Contractor must be registered as a small business under the listed socio-economic categories in SAM (System for Award Management) under NAICS code 236220 to be considered/confirmed.

All specifications documents/drawings will be provided if/when the government proceeds with a formal solicitation.

Interested firms must submit the attached Market Research Sources Sought Survey.

This market research is being conducted to acquire additional information about potential contractors that may be interested in performing this work. This is not an invitation for bid (IFB) and does not constitute any commitment by the Government to issue any solicitation. All interested firms must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on SAM.gov.

All responses must be submitted via email not later than 1200 CT, February 23, 2024. Email address: bridget_parizek@nps.gov. Include the reference number (140P6024B0004) in the subject line.
Attachments/Links
Contact Information
Contracting Office Address
  • 601 Riverfront Drive
  • OMAHA , NE 68102
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 16, 2024 08:04 am CSTSources 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 >