Z--FRRI 253825 Rehabilitate Civil Rights Structures
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Park Service (NPS), through its DSC Contracting Services Division, is conducting a Sources Sought for market research to identify qualified firms for the Rehabilitation of Civil Rights Structures at Freedom Riders National Monument, Anniston, Alabama. This project involves the Greyhound Bus Depot and Mural Building. Responses are due by December 13, 2024, at 03:00 PM Mountain Time.
Project Scope
This project entails the rehabilitation of two historic structures: a 2,900 sq ft 1950s Greyhound Bus Depot and a 2,520 sq ft Mural Building, along with a 4,300 sq ft driveway/parking lot. The objective is to restore these structures, which are integral to the Civil Rights Movement, to allow visitors to learn about their significance. The estimated magnitude of construction is between $1,000,000 and $5,000,000, with an anticipated performance period of 365 calendar days.
Key aspects of the rehabilitation include:
- General: Thermal performance improvements, exterior envelope restoration (masonry, wood), interior finishes repair (including lead-based paint stabilization), and creation of an ABAAS-compliant accessible path.
- Greyhound Bus Depot: Abatement of hazardous materials, demolition of non-historic elements, interior surface rehabilitation, interpretive/architectural treatment, historic restrooms as passive spaces, installation of an interior CMU wall, preservation/repair of roof and canopy, repair of historic features (windows, doors), and upgrades to M/E/HVAC/Plumbing, fire detection, suppression, alarm, and security systems.
- Mural Building: Hazardous materials abatement, upgrades to M/E/HVAC/Plumbing, fire detection, and suppression systems, and creation of visitor contact space, restrooms, employee area, office, and multi-use space.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Small Business Size Standard: $45 Million
- Set-Aside: None specified (market research stage, potential small business set-aside)
- Response Due: December 13, 2024, 03:00 PM Mountain Time
- Published: November 21, 2024
- Anticipated Solicitation: Spring 2025
- Anticipated Construction Completion: Spring 2026
- Bonding: Bid, performance, and payment bonds are anticipated to be required for the future solicitation.
Submission Requirements & Evaluation
Interested parties are requested to complete the provided "A14_Sources Sought Questionnaire." Submissions should include company name, DUNS, contact information, business type (large/small, SBA certifications), a statement of bonding capacity, and a demonstration of experience and capability on similar projects. Existing marketing materials are optional. Responses will be used for market research to inform the government's acquisition strategy and determine if a small business set-aside is appropriate. This is not a request for proposals.
Additional Notes
The project site is in an urban area with limited staging and is approximately 5 miles from the nearest suppliers and lodging. No proposal package, solicitation, specifications, or drawings are currently available. Responses are voluntary, and costs incurred will not be reimbursed.