Z--REPLACE AND REPAIR AQUATIC PARK RAILINGS
ID: 140P8625Q0052Type: Solicitation
AwardedJul 9, 2025
$159K$158,958
AwardeeEVANS WEST, INC. 11915 VERNON AVENUE CHINO CA 91710 USA
Award #:140P8625P0046
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

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 the replacement and repair of railings at the Aquatic Park within the San Francisco Maritime National Historical Park. Contractors are required to provide all necessary labor, materials, equipment, and supervision to complete the project, which is estimated to cost between $100,000 and $250,000. This project is vital for maintaining the safety and aesthetic integrity of a historic site, ensuring compliance with federal standards, including wage determinations under the Davis-Bacon Act. Interested small businesses must submit their bids by June 16, 2025, following a mandatory site visit on May 29, 2025; for further inquiries, contact Patty Payne at Patty_Payne@nps.gov or call 559-730-6435.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, General Decision Number CA20250018, outlines wage determinations for construction projects in California, effective March 21, 2025. It specifies applicable minimum wage rates according to the Davis-Bacon Act and related Executive Orders, requiring contractors to pay workers at least $17.75 per hour under Executive Order 14026 for contracts initiated or extended after January 30, 2022, and $13.30 per hour under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. The file details various construction classifications and their respective wage rates for specific counties within California, including Alameda, Fresno, San Francisco, and others, encompassing areas like building, heavy construction, highway projects, and dredging. The rates include specific wages and fringe benefits for various skilled labor roles, such as carpenters, electricians, and welders, reflecting regional considerations. The document ensures contractors comply with federal wage standards, necessitating annual adjustments to the minimum wage rates based on economic conditions. Comprehensive guidelines for worker pay rates are critical in government contracts, particularly for federally funded projects, emphasizing fair labor practices and compliance with regulatory standards.
    The document is a Technical Information Form related to RFQ No. 140P8625Q0052 for the replacement and repair of railings at the Aquatic Park within the San Francisco Maritime National Historical Park. It requires bidders to provide essential information, including their business name, address, Unique Entity Identifier (UEI), contact details, and signature. The firm's plans regarding self-performance and subcontracting are also assessed, with sections dedicated to listing proposed subcontractors and their respective trades. Additionally, the form includes a section for bidders to outline their relevant experience by presenting past projects, detailing the contract numbers, agency owners, monetary value, performance periods, and references. This information assists in evaluating how previous work aligns with the current project's requirements, ensuring that contractors can meet the scope and quality needed for the repair work. The document underscores the importance of both direct experience and subcontracting details as key factors in the bidding process.
    The document is a Request for Information (RFI) addressing various inquiries related to a National Park Service (NPS) project. It includes five key topics. Firstly, it confirms the existing railing paint is free of lead-based materials, which simplifies removal and disposal. Secondly, the NPS declines to consider alternatives to welding stainless steel with mild steel to avoid galvanic corrosion, insisting on adherence to current specifications. The third point addresses inquiries regarding a project deadline extension due to pending responses, with the NPS indicating no extensions will be considered, although the project's start is not scheduled until 2026. Fourthly, the NPS will perform the inspection of surface preparation and coating thickness, clarifying quality assurance roles. Lastly, the NPS is open to evaluating alternative materials for non-shrink grout, provided structural equivalency is demonstrated. Overall, the RFI serves to clarify responsibilities and parameters of the upcoming project, reflecting the NPS's commitment to regulatory compliance and quality assurance while allowing for some flexibility concerning materials. This document aligns with the goals of federal grants and state/local RFPs by addressing stakeholder concerns and maintaining project integrity.
    The file outlines the scope of work for replacing and repairing bleacher railings at the San Francisco Maritime National Historical Park. The project requires contractors to provide labor, materials, and equipment for full installation, including section replacements and surface treatments. Work is to be conducted during weekday business hours, adhering to historic preservation standards and ensuring minimal disruption to the public. Contractors must verify dimensions and conditions before submitting estimates. The project involves extensive safety and quality control measures, including accident prevention plans compliant with OSHA standards, and required contractor qualifications, including specific licenses. Detailed specifications for materials and processes, such as the use of galvanized steel and appropriate welding techniques, are provided. Submittal requirements are outlined for various project components. The document emphasizes safety, adherence to historical standards, and thorough inspections throughout the project's duration, culminating in a final inspection for substantial completion. This contracting opportunity reflects the federal government's commitment to maintaining historic sites while ensuring safety and quality in construction practices.
    The document is an amendment to Solicitation No. 140P8625Q0052, issued by the National Park Service (NPS) regarding a fencing project at Fort Mason in San Francisco. The amendment addresses questions from potential bidders and extends the deadline for submitting offers from June 16, 2025, to June 23, 2025, at 10 AM PDT. Key points include NPS's stance on welding requirements, confirming that while field welding is not mandatory to be performed by a certified welder, it will require inspection and an NPS Hot Work permit. The amendment also clarifies that five coats of paint are required, which some bidders considered excessive. Moreover, it permits contractors with a C13 fencing license to bid on the project, provided they demonstrate relevant experience. This document signifies the NPS's efforts to clarify project requirements and accommodate contractors during the bidding process while maintaining regulatory standards and quality control.
    The solicitation seeks bids for the replacement and repair of Aquatic Park railings at San Francisco Maritime National Historical Park. Contractors must provide all necessary labor, materials, equipment, and supervision as outlined in the attached Statement of Work (SOW). The bidding range is estimated between $100,000 and $250,000, with a focus on small businesses. A single firm-fixed price contract will be awarded based on a best value selection, considering price and factors like relevant experience and valid California contractor licenses. Key dates include a deadline for submissions by June 16, 2025, with a mandatory site visit scheduled for May 29, 2025. The project performance period is set from August 1 to December 1, 2025. Contractor compliance with wage rates, safety regulations, and environmental protections is required, including adherence to Davis-Bacon salaries. All contracts will incorporate specified clauses from the Federal Acquisition Regulation (FAR), emphasizing the need for proper safety protocols and the handling of potential archaeological discoveries during construction. This document reflects the agency's commitment to maintaining and enhancing public facilities while ensuring compliance with federal, state, and local guidelines.
    Lifecycle
    Similar Opportunities
    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--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.gov.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    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.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.