Y--ELECTRICAL IMPROVEMENTS
ID: 140P8225B0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR HONO MABO(82000)HONOLULU, HI, 96850, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for electrical improvements at the American Memorial Park in Saipan, under a total small business set-aside. The project involves upgrading the electrical infrastructure, including the replacement of aging transformers and conduits, to enhance safety and reliability, particularly in light of past vulnerabilities during natural disasters. This initiative is crucial for ensuring compliance with safety and environmental standards while improving visitor facilities, with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals electronically by June 11, 2025, with a bid opening scheduled for June 24, 2025, and should direct inquiries to Michael Davidson at michael_davidson@nps.gov or by phone at 808-285-1885.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for electrical improvements at the Administration Building of the American Memorial Park in Saipan, under the National Park Service. The project's primary goal is to upgrade the aging electrical infrastructure, ensuring safety and reliability in light of past vulnerabilities during natural disasters. Specifically, the scope includes replacing conduits, panels, and transformers in both the Administration and Maintenance Buildings. The project is structured to be completed in a single work phase, with mandates for coordination among contractors and adherence to safety and quality standards. The contract entails managing government-furnished items and complying with various permits. Contractors must conduct operations per strict NPS regulations, with defined working hours, and show adherence to safety protocols, including a robust Accident Prevention Plan and Quality Control measures. Furthermore, submissions must follow specified procedures for approvals and include documentation like the Construction Schedule and Quality Control Daily Reports. These requirements ensure compliance with federal and local standards while minimizing disruption to park operations. This document serves as a comprehensive guideline for contractors participating in enhancing the park's electrical systems, reflecting the NPS's commitment to infrastructure maintenance and public safety.
    The document outlines General Decision Number GU20250001, regarding wage determinations for construction projects in Guam effective January 3, 2025. It specifies that all contracts subject to the Davis-Bacon Act must comply with minimum wage standards, including provisions from Executive Order 14026, which mandates a minimum wage of $17.75 per hour for workers covered under certain contracts. This applies specifically to contracts initiated or extended after January 30, 2022. A list of labor classifications and their respective wage rates is provided, indicating whether they are union rates or otherwise, along with details on appealing wage determinations within the Department of Labor framework. The document emphasizes compliance with both federal mandates and local regulations, serving as a critical reference for contractors engaged in building, heavy, highway, and residential construction funded by federal projects in Guam. Overall, the directive aims to ensure fair labor practices and worker protections through adherence to these wage determination guidelines.
    The document is a Standard Form 25A, a payment bond required under federal law for contractors engaged in government contracts. It establishes a legal obligation for the principal (contractor) and sureties (guarantors) to ensure that payment is made for labor and materials related to the contract. The principal must provide their legal name and address, and corporate sureties need to be listed and approved by the Treasury. The bond's penal sum, which indicates the maximum liability, is critical and must reflect the value of the work agreed upon in the contract. In case of non-payment to subcontractors, the bond requires the principal to settle debts promptly, making the sureties liable for any unpaid amounts. The document is structured with sections for signatures from the principal and sureties, as well as information about their organization type and incorporation. Instructions emphasize that deviations from the form need written approval, ensuring adherence to legal standards. The form is vital for protecting parties supplying labor and materials in government projects and facilitates contract enforcement and compliance.
    The document outlines the requirements and conditions of a Performance Bond, which is a legal agreement ensuring the completion of a contract with the U.S. Government. The Principal, alongside Surety(ies), commits to fulfilling all contract terms and modifications as defined by the government. The obligation is void if all contractual promises are met, including payment of taxes related to the contract. The bond requires the legal name, business address of the Principal, and details about Surety(ies), including their liability limits, state of incorporation, and signatures of authorized individuals. Corporations as sureties must be on the Treasury’s approved list and adhere to specified responsibilities. The document further emphasizes that any deviations from the standard form require written approval from the General Services Administration (GSA). This bond is a critical component in federal RFPs, grants, and local solicitations, ensuring contract adherence and protecting taxpayer interests during public works projects.
    The document details the contract price schedule for a federal solicitation (number 140P8225B0001) concerning electrical upgrades. It emphasizes the importance of meeting the proposal requirements as outlined in the Federal Acquisition Regulation (FAR) Clause 52.217-5. Offerors must provide a minimum acceptable proposal with pricing for base line items, separating lump-sum line items from unit-priced ones, and adjusting for errors in calculations as necessary. The specified project involves two contract line-item numbers (CLINs) for electrical improvements, both quantified at one lump-sum price. The document reiterates adherence to requirements for pricing submissions, including rounding totals to whole dollars. The main purpose of this solicitation is to procure electrical upgrade services while ensuring compliance with specified guidelines, fostering transparency and proper evaluation of bids in federal contracting processes.
    The document outlines an electrical improvements project at the Administration Building of American Memorial Park (AMME) in Saipan, under the PMIS #257310, managed by the National Park Service, Pacific West Region. A crucial part of this undertaking is securing the necessary permits. Specifically, the document identifies that a building permit must be obtained from the CNMI Department of Public Works, particularly from the Building Safety Division. The estimated processing time for this permit is no longer than twenty-one days, though discussions with the Department suggest a more likely timeline of around fourteen days for a project of this scale. This summary presents essential information for ensuring compliance with local regulations, which is imperative for the project's progression.
    The American Memorial Park in Saipan is seeking proposals for electrical improvements at the administration building under PMIS #257310. The project focuses on the installation of energy-efficient 480-208Y/120 Volt 3 Phase Transformers, which are crucial for powering various equipment such as panels and motors. Options for transformers range in price from about $1,274.00 to $3,924.00, with features including UL and CSA approvals, rugged enclosures, and vibration-dampening systems. The document details specifications such as weight, dimensions, and energy efficiency, emphasizing the transformers' adherence to industry standards. This initiative represents the National Park Service's effort to enhance the facility's electrical infrastructure, ensuring safety, efficiency, and compliance with regulatory guidelines. The request for proposals embodies a broader federal commitment to quality improvements in public service facilities, contributing to operational sustainability and safety standards throughout federal park facilities.
    The document outlines the specifications for replacing a failing electrical transformer at the American Memorial Park Visitor Center in Saipan, CNMI, under PMIS No. 345836. The project, authorized by the National Park Service, follows a Title I Scoping Report indicating the need for urgent replacement due to the transformer’s deteriorating condition. The scope includes replacing the pad-mounted primary transformer, ensuring minimal disruption to the electrical supply, and complying with safety and quality requirements. Key components include contractor coordination, adherence to environmental protections, and managing public access during construction. The contractor must develop a comprehensive project management plan, including a construction schedule and safety protocols. Submittal and inspection processes are detailed, with specific requirements for government-furnished items and permits. Consideration for threatened species and adherence to noise and air quality standards is mandated. Overall, the purpose of this RFP is to solicit proposals for professional services that ensure the project's successful execution with efficiency, safety, and environmental stewardship in mind, reflecting the National Park Service’s commitment to preserving natural resources while improving visitor facilities.
    The document provides photographic details of key infrastructure elements associated with a site, including a Visitor Center, Transformer Enclosure, CUC switchgear, and an AMME main transformer. The images aim to illustrate the physical layout and components involved in the site's electrical service and distribution systems. The Transformer Enclosure and its service drop are shown as critical components for delivering electrical power, while the switchgear and main transformer are highlighted for their roles in regulating and managing electrical distribution. This documentation is likely part of a federal or state RFP aimed at enhancing or maintaining the site’s electrical systems, ensuring compliance with safety and operational standards, and effectively detailing infrastructure for potential contractors or grant applicants interested in the project. Overall, the document serves to inform stakeholders about the existing energy infrastructure and delineates project scope, responsibilities, and essential components.
    The document appears to outline a series of designations or classifications labeled SW1B, SW2B, SW3B, SW-AMP, SW4, SW3, SW2, and SW1. While the context of these labels is not explicitly stated, they likely pertain to a categorization system within a framework for federal government requests for proposals (RFPs) or grants. Each designation may correspond to different project types, funding levels, or areas of focus relevant to federal, state, and local government initiatives. The concentrated nature of the listings suggests a structured approach to identifying various facets of proposals or grants, potentially aiding stakeholders in navigating these governmental processes effectively. Overall, the file serves as a reference point for understanding the scope and variety of RFP-related classifications, facilitating better engagement with government funding opportunities.
    The American Memorial Park (AMME) project in Saipan focuses on electrical improvements at the Administration and Maintenance Buildings due to an outdated electrical system vulnerable to environmental hazards. The scope includes the replacement of conduits, panels, and transformers to enhance safety and reliability. The project is organized into a single prime contract, guided by National Park Service regulations. Key components consist of phases detailing work sequences, contractor site usage, and adherence to safety standards. Specific requirements mandate compliance with federal, state, and local codes, including the National Electric Code. The contractor is responsible for utility management, accidental mitigations, and maintaining quality control throughout the build. Additionally, there are guidelines for public safety, contractor operations, and managing work disruptions, particularly with regard to park visitors. It emphasizes the importance of maintaining communication with the National Park Service and complying with environmental considerations. The document establishes a comprehensive framework for project execution, underlining attention to quality, safety, and meticulous coordination among various elements involved in the construction process.
    The American Memorial Park (AMME) project in Saipan focuses on essential electrical improvements at the Administration and Maintenance Buildings, responding to vulnerabilities identified in the aging 25-year-old electrical system affected by typhoons and corrosion. The scope entails replacing existing conduits, panel covers, and transformers to enhance overall safety and reliability. The work will occur under a single prime contract, emphasizing coordination with other contractors and adherence to NPS regulations. Key administrative procedures involve a project management team to ensure efficient operations, submission of Requests for Information (RFIs) for clarifications, and safety compliance, including an Accident Prevention Plan. Contractors are required to conduct daily safety inspections, maintain first aid supplies, and ensure personnel are trained and equipped. The project's compliance with federal, state, and local codes is crucial, alongside monitoring quality control through daily reports and coordination with NPS staff. The guidelines aim to facilitate a smooth construction process while safeguarding park visitors and employees, maintaining the integrity of a historic site, and meeting environmental regulations. Overall, this project highlights the government's commitment to revitalizing infrastructure to ensure safety and efficiency.
    The project at American Memorial Park in Saipan, CNMI, involves the replacement of a failing electrical transformer at the Visitor Center, as outlined in PMIS No. 345836. The primary focus is on the installation of a new 500 KVA pad-mounted transformer, addressing the existing transformer’s deterioration and operational inefficiency. The project includes coordinating with the Commonwealth Utilities Company to minimize power disruptions, safely disposing of the old transformer, and ensuring the area is ready for the new installation. Key project requirements include adherence to safety protocols, compliance with various codes, and maintaining park visitor access during construction. Work restrictions outline the need to prevent damage to natural resources and ensure no disruption to endangered species or historical artifacts. The contractor is expected to conform to stringent safety regulations and submit necessary plans and reports, including an Accident Prevention Plan and Construction Schedule. The project must be completed efficiently, with considerations for existing utilities and environmental protections, while keeping park operations unaffected. This document serves as a formal Request for Proposals (RFP), emphasizing the government’s commitment to infrastructure improvement and resource preservation within national parks.
    The document outlines a project for replacing a failing electrical transformer at the American Memorial Park Visitor Center in Saipan, CNMI, under Project Management Information System (PMIS) No. 345836. The scope of work includes removing the existing pad-mounted transformer, preparing the site, and installing a new 500 KVA transformer. Critical requirements involve coordinating with the Commonwealth Utilities Company (CUC) to minimize power disruptions and adhering to safety protocols, especially during potentially hazardous tasks. Additionally, the contractor must comply with environmental protections, ensuring preservation of park resources, and follow strict noise and air quality regulations. The work is scheduled to occur within specific operational hours while remaining accessible to park visitors. Key documentation includes general safety and project management procedures, detailing the contractor's responsibilities, project sequencing, and communication protocols with the NPS. Overall, the document reflects the government’s systematic approach to project execution within a national park setting, ensuring compliance with safety, environmental, and operational standards while enhancing visitor amenities.
    The document serves as an amendment to the solicitation 140P8225B0001, issued by the National Park Service (NPS) concerning a contract modification and proposal submission guidelines. The primary purpose of this amendment is to provide updated procedures for bidders, emphasizing the need to acknowledge receipt of the amendment through specified methods to avoid potential rejection of offers. It states that the bid opening will occur virtually on June 24, 2025, at 12:00 PM Mountain Time, with a detailed Microsoft Teams link provided for access. The amendment also includes information about the contract's modified period of performance, running from July 1, 2025, to April 27, 2026. Key contacts for the solicitation are identified, notably Michael Davidson, the Contracting Officer. The document maintains a formal tone indicative of governmental communications and underscores the importance of compliance with specified protocols to ensure the integrity of the bidding process.
    The document outlines a Solicitation Invitation for Bid (IFB) for the Electrical Upgrades project at American Memorial Park, a competitive small business set-aside with an estimated value between $500,000 and $1,000,000. Prospective bidders are required to submit their offers electronically, adhering to specific guidelines outlined in the document. A site visit is scheduled for June 3, 2025, and pre-registration is necessary. The performance period spans from July 1, 2025, to April 26, 2026, with contractors expected to start work within seven calendar days post-award. Details regarding performance and payment bonds are included, as well as mandatory clauses for compliance with federal regulations. All questions regarding the bid must be submitted in writing by June 11, 2025, to ensure full clarity for all participants. The bid opening will be 24 hours after the submission deadline, with a structured evaluation based on past performance data through the Contractor Performance Assessment Reporting System. This solicitation emphasizes government regulations on labor standards, environmental considerations, and the importance of ensuring small business participation in federal contracts, reinforcing the government's commitment to local economic development and regulatory compliance.
    Lifecycle
    Similar Opportunities
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Sign and Safety Repairs - Metro, North, and South Regions
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the "Sign and Safety Repairs - Metro, North, and South Regions" project in Puerto Rico. This project aims to repair signs, guardrails, and other infrastructure damaged by Hurricanes Irma and Maria across 18 municipalities, with an estimated total cost between $15 million and $25 million. The work includes various tasks such as traffic sign assembly, guardrail installation, and cultural resource protection, emphasizing the importance of restoring critical transportation infrastructure. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically by the specified deadline, with bid documents expected to be available around November 17, 2025. For further inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.