LYJO, Rehab Birthplace Restrooms
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 Lyndon B Johnson National Historical Park (LYJO) the work will consist of but is not limited to:
The interior rehabilitation of existing visitor restrooms. General tasks will include the completion of selective demolition, replacement of the deteriorated floor structure and foundation, framing and thermal envelope improvements, a revised interior layout and new finishes, and replacement of the plumbing, electrical, and HVAC systems. Optional work tasks include painting the exterior of the building and replacement of the existing disconnect switch at the electric meter.
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 $250,000 and $500,000. 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 - Commercial and Institutional Building Construction 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, April 21, 2025. Email address: nicholas_m_murray@nps.gov. Include the reference number (140P6025B0006) in the subject line.