Similar Projects
RFQ - Highway 40 Workforce Housing Project
New Construction
Conception
$6,000,000 est. value
Granby, CO

Royal Oak Pub and Midtown Cafe at Granby Station - Phase III
New Construction, Infrastructure
Design
$4,500,000 CJ est. value
Granby, CO 80446

Royal Oak Pub and Midtown Cafe at Granby Station - Phase III
New Construction, Infrastructure
Design
$4,500,000 CJ est. value
Granby, CO 80446

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

Z--Romo/239689, Moraine Park Campground and HQ Utilities-GAOA
Term Contract
Post-Bid
$10,000,000 est. value
Estes Park, CO 80517

Hideaway Junction Phase II Workforce Housing
New Construction
Post-Bid
Winter Park, CO

Airfield Paving Construction MATOC
Results
Less than $400,000,000 est. value

2021 Asphalt Project
Infrastructure
Results
$250,000 to $270,000 est. value
Granby, CO

Granby Elementary School - East Grand School District
New Construction, Infrastructure - 75,000 SF
Design
$16,000,000 CJ est. value
Granby, CO 80446

MPEI Trail Creek OH to UG
Infrastructure
Bidding
$750,000 CJ est. value
Granby, CO 80446

2022 Asphalt Road Projects
Infrastructure
Post-Bid
Granby, CO

CO-Leadville NFH-Parking Lot Manhole Drain
Term Contract
Results
$25,000 to $100,000 est. value
Leadville, CO 80461

Emergency Operations Datacenter 2022 (Walls and Electrical)
Renovation
Design
$10,000 CJ est. value
Hot Sulphur Springs, CO 80451

West Portal Paving Project
Infrastructure
Post-Bid
$500,000 est. value
Grand Lake, CO 80447

Last Updated 12/01/2022 11:05 PM
Project Title

RFQ D/B - ROMO 316133 Reconstruct Housing and Infrastructure Destroyed by Fire

Physical Address View project details and contacts
City, State (County) Hot Sulphur Springs, CO 80451   (Grand County)
Category(s) Commercial, Heavy and Highway, Residential, Sewer and Water
Sub-Category(s) Communication Building, Maintenance, Paving/Reconstruction, Single-Family Homes, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status No longer Accepting Requests, Request for Qualifications, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value $10,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

QUESTIONS All Phase I Pre-proposal questions shall be submitted no later than November 08, 2022, 4:00pm MST. All questions received after said date and time, may not be answered prior to the end of Phase I solicitation. Submit questions only though email to both of the following: Contracting Officer, James Waller, james_waller@nps.gov Contract Specialist, Edwin Berry, edwin_berry@contractor.nps.gov C. OFFER DUE DATE AND LOCATION Phase 1 proposals shall be submitted no later the date denoted in Block 13a of the SF-1442 contained in this solicitation. Phase II submission requirements will be provided in a subsequent amendment to the short-listed firms D. SUBMISSION REQUIREMENTS 1. Proposals shall be submitted via email. Proposals submitted via any means other than email shall not be accepted. 2. Proposals shall be sent to all of the following: a. Contracting Officer, James Waller, james_waller@nps.gov b. Contract Specialist, Edwin Berry, edwin_berry@contractor.nps.gov 3. Title subject line for all proposal submissions shall contain the solicitation number, Park-PMIS, and number of total emails, per the following example: Subj: 140P2022R0153, ROMO 316133, email 1 of 3 4. Submit proposals in separate PHASES (I and II), in the FORMATS specified, containing CONTENTS required. 5. Size limits: a. Each email shall be no larger than 38 MB b. Each email shall be no larger than 30 MB 6. Offerors shall verify receipt of proposals. E. VOLUME I, TECHNICAL PROPOSAL - FORMAT, ORGANIZATION, CONTENTS 1. FORMAT: Submit (1) one electronic copy. No hard copies shall be submitted. The offer shall consist of the Technical Proposal and associated Past Performance information. Submissions shall be provided on 8 1/2 " x 11" paper, 12 point font, with 1" margins. Required contents of the submission package are detailed below. The packaging used in submitting the proposal must clearly identify the solicitation number. Solicitation October 25, 2022 Document No. 140P2022R0153 Document Title ROMO 316133 Reconstruct Housing and Infrastructure Destroyed by Fire Page | 60 If the Offeror is a joint venture, the joint venturer's name, address, a signature of the official that can bind the firm and a telephone number shall appear in the lower left corner of the title page of any document/volume to be evaluated. All members of the joint venture shall sign the SF 1442 and the bid bond unless a written agreement by the joint venture is furnished with the proposal designating one firm with the authority to bind the other member(s) of the joint venture. In addition, a copy of the joint venture agreement shall be submitted with the proposal. The Offeror shall ensure that it complies with the applicable requirements of 13 CFR Part 124 and 13 CFR Part 126, respectively SITE VISIT (CONSTRUCTION) - ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit will occur after the release of Phase II and the schedule the schedule will be determined at that time (c) Participants will meet at-- TBD ROMO 316133, ROCKY MOUNTAIN NATIONAL PARK, Reconstruct Housing and Infrastructure Destroyed by Fire NPS PM/COR: Michael Shoup NPS CO: Jim Waller NPS CS: Edwin Berry a) This acquisition is 100% Small Business Seta-side resulting in a firm-fixed priced Design-Build contract. The North American Industrial Classification Systems (NAICS) Code and the associated small business size standard are noted in Clause FAR 52.204-8 in Section "K" of this solicitation. b) Estimated Price Range: As this is a Design-Build solicitation, the net available construction dollars shall be based on $26,386,577.00 c) Refer to section "L" for information regarding a pre-proposal site visit. d) Information and requirements stated in sections "B" through "J" & attachments noted in section "J" apply to this solicitation and the subsequent contract. e) Refer to section "L" for proposal submittal requirements. f) This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. g) Do NOT use FedConnect for any correspondence; the government cannot receive correspond to communications through FedConnect. Offerors shall submit proposals and questions, and acknowledge solicitation amendments as stated in section "L" of this solicitation. Period of Performance: 03/10/2023 to 01/07/2025

Details

Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete, Precast Concrete, Site-Cast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork, Architectural Wood Casework.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Wood Doors, Plastic Doors, Entrances, Windows, Hardware, Glazing, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Acoustical Ceilings, Flooring, Carpeting, Painting and Coating, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers.
Division 11 - Equipment, Residential Equipment, Residential Appliances, Audio-Visual Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Rugs and Mats, Office Furniture, Seating.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Residential Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Communications Equipment Room Fittings, Communications Backbone Cabling, Data Communications, Voice Communications, Audio-Video Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Excavation and Fill, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Irrigation, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents