Search Contract Opportunities

National Park Service (NPS) Northern Rockies Major Acquisition Buying Office (N   2

ID: 140P1424R0010 • Type: Sources Sought

Description

Synopsis Addendum: Multiple Award Simplified Construction Services (MASCS) IDIQs for the Northern Rockies Major Acquisition Buying Office (NR MABO), Contracting Operations-Central (ConOps Central), National Park Service (NPS)
This is a Sources Sought Market Survey for cost estimating software and unit price databases for the purpose of conducting market research and obtaining industry information ONLY. Proposals are NOT being requested, nor accepted at this time. The purpose of this Sources Sought Market Survey is to obtain knowledge of interest, capabilities and qualifications from qualified business concerns. The National Park Service (NPS) will use information obtained through this notice as well as other market research to develop an acquisition strategy.
The NR MABO ConOps Central, NPS is soliciting feedback from interested businesses experienced in cost estimating software and unit price databases similar to the R. S. Means Master Composite Cost Database and the e4Clicks Professional Estimator software for use in line-item pricing on multi-trade projects under the MASCS business models. The NPS will use the information obtained to develop an acquisition strategy for cost estimating software and unit price databases for use in a formal solicitation for two new MASCS contracts. MASCS is an Indefinite Delivery, Indefinite Quantity (IDIQ) contract vehicle that may be used to accomplish a broad range of minor construction, renovation, maintenance, and repair projects.
The NPS-NR MABO intends to issue a Request for Proposal (RFP) to award two MASCS contracts for minor construction, renovation, maintenance, and repair projects at current and future NPS Parks, Park Units and locations throughout the state of Montana, Wyoming, and includes Golden Spike National Historic Site and Timpanogos Cave National Monument in UT and Dinosaur National Monument UT/CO. Typical work under the MASCS contracts will include, but will not be limited to construction of facilities, interior and exterior facility renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited interior & exterior utilities, site-work, landscaping, fencing, masonry, roofing, painting, concrete, asphalt paving, storm drainage, limited environmental remediation and other related work. All work will be accomplished in accordance with individual task order requirements, master specifications and a detailed estimate developed using a contract specific cost estimating software and unit price databases.
All MASCS task order price proposal shall be developed and produced by the MASCS contractor, using the combination of software similar to the R. S. Means Master Composite Cost Database, and the e4Clicks Professional Estimator software; hereafter referred to as the MASCS Contract Pricing Guide (CPG). The Contractors shall develop and produce a detailed CPG price proposal using the most recent, and currently exercised and incorporated CPG. It shall be the sole responsibility of the MASCS contractors to purchase and provide the CPG software, as well as all required maintenance, and annual updates for each network license, for both government and contractor operations and use. The MASCS contractors shall purchase and provide all products and services necessary for the installation and use of two (2) government CPG seats / network licenses, as well as all licenses required for contractor in-house use. At a minimum, the CPG licenses shall be compatible with, and operate under Windows 7 through Windows 11. The government CPG software will be installed and accessed through the NPS network servers. The contractors shall be responsible for purchase of the identical CPG that it provides to the government. The contractors shall provide the government with the CPG within 10 calendar days after award of the MASCS contract and shall provide all annual updates to the CPG within 7 calendar days of the anniversary date of the contract award. Only one annual cost / pricing database update will be permitted for the CPG. The MASCS contractors shall be responsible for maintaining updates and setting up a support plan account with the CPG software vendors, for the purpose of answering technical questions on the use of the estimating software and database. The government shall have access to this support plan. The contractors shall provide training for a two-day (8 hour) training session, on the use of the CPG. The training shall be accessible via a web-based webinar. Training shall be conducted for a minimum of four and a maximum of twelve government personnel annually.
All CPG software, manuals, and books will remain the property of the government upon contract completion.
Based on the results of our market research, and interest demonstrated by responses to this notice, our goal is incorporate contract specific cost estimating software and unit price database requirements into the award of the two MASCS contracts. The total period of performance for these MASCS contracts, to include all ordering periods, shall not exceed five (5) calendar years.
The NPS is requesting that interested businesses respond to this notice by furnishing the following information:
(1) Company name, address, point of contact, telephone number, email address, and SAM UEI Number.
(2) Socio-economic Classification(s): 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Woman Owned Business, Large Business, or Small Business, etc. State your firm's socio-economic classification and what your average annual revenue has been over the past three (3) fiscal years. The NAICS and size standard for the MASCS contracts is NAICS 236220 / $45 M and is calculated by averaging your firm's annual gross receipts over the past three (3) completed fiscal years.
(3) Provide a general statement of your cost estimating software and unit price databases qualifications, capabilities and ability to perform the required types of work described.
(4) Demonstrate experience and technical competence in the execution of construction projects in the typical dollar value range of $2,000 to $1,000,000.
(5) State the firm's number of years of experience in cost estimating software and unit price databases. What metro locations, geographic areas, remote locations, and/or military installations has your software and unit price database been used in the performance of SABER/JOC business models. Please include contract number(s), dollar value(s) and owner points of contact.
THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential cost estimating software and unit price databases to be incorporated into the MASCS contracts prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement.
ONLY E-MAILED RESPONSES WILL BE ACCEPTED. Responses should be provided no later than 12:00 PM, MDT July 31, 2024. All responses should be e-mailed to marcia_fox@nps.gov.
Responses are limited to no more than three (3) pages and should be in Adobe Acrobat PDF or Microsoft Word format.
This posting is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the market research.
Background
The National Park Service (NPS) is conducting a Sources Sought Market Survey to gather information on cost estimating software and unit price databases. This initiative is part of their effort to develop an acquisition strategy for two new Multiple Award Simplified Construction Services (MASCS) contracts. The MASCS contracts will be used for minor construction, renovation, maintenance, and repair projects across various NPS Parks and locations in Montana, Wyoming, Utah, and Colorado.

Work Details
The MASCS contracts will encompass a wide range of construction tasks including:

- Construction of facilities
- Interior and exterior renovations
- Heating and air-conditioning installation
- HVAC controls
- Plumbing
- Fire suppression systems
- Electrical work including lighting
- Fire and intrusion alarms
- Communications systems
- Limited utilities installation
- Site work
- Landscaping
- Fencing
- Masonry work
- Roofing
- Painting
- Concrete work
- Asphalt paving
- Storm drainage management
- Limited environmental remediation, among other related tasks.

All work will adhere to individual task order requirements and master specifications, utilizing contract-specific cost estimating software and unit price databases for accurate pricing.

Period of Performance
The total period of performance for the MASCS contracts shall not exceed five (5) calendar years.

Place of Performance
The construction projects will be performed at current and future NPS Parks, Park Units, and locations throughout Montana, Wyoming, as well as the Golden Spike National Historic Site, Timpanogos Cave National Monument in Utah, and Dinosaur National Monument in Utah/Colorado.

Overview

Response Deadline
July 31, 2024, 2:00 p.m. EDT Past Due
Posted
July 25, 2024, 7:26 p.m. EDT
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Odds of Award
71%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
The solicitation is open for 5 days, below average for the NPS Intermountain Region.
On 7/25/24 NPS Intermountain Region issued Sources Sought 140P1424R0010 for National Park Service (NPS) Northern Rockies Major Acquisition Buying Office (N due 7/31/24. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2AZ.
Primary Contact
Name
Fox, Marcia   Profile
Phone
(303) 726-6485
Fax
(415) 339-9137

Documents

Posted documents for Sources Sought 140P1424R0010

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought 140P1424R0010

Incumbent or Similar Awards

Contracts Similar to Sources Sought 140P1424R0010

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 140P1424R0010

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 140P1424R0010

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > NATIONAL PARK SERVICE > IMR NORTHERN ROCKIES(12200)
FPDS Organization Code
1443-12200
Source Organization Code
100163582
Last Updated
Aug. 15, 2024
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
Aug. 15, 2024