F--ACADIA NATIONAL PARK - ROCKEFELLER LEAD PAINT ABAT
ID: 140P4324R0040Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

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 proposals for the lead paint abatement project at Rockefeller Hall within Acadia National Park, Maine. The project aims to safely remove lead-based paint from water-damaged areas of the building, utilizing state-approved methods while ensuring compliance with environmental and public safety standards. This initiative is crucial for maintaining the historical integrity of the site and ensuring the safety of both workers and visitors. Interested contractors must submit sealed proposals by the specified deadline, with the anticipated project cost ranging between $25,000 and $100,000, and the performance period set from October 1, 2024, to July 31, 2025. For further inquiries, contact Jason Albright at Jason_Albright@nps.gov or by phone at 617-519-6145.

    Point(s) of Contact
    Albright, Jason
    (617) 519-6145
    (760) 934-4780
    Jason_Albright@nps.gov
    Files
    Title
    Posted
    The document outlines wage determination for construction projects in Hancock County, Maine, specifically under the Davis-Bacon Act. It includes updates regarding minimum wage requirements established by Executive Orders 14026 and 13658, applicable to contracts awarded or extended on specific dates. For contracts initiated after January 30, 2022, a minimum wage of $17.20 per hour applies, while those before this date must meet a $12.90 per hour minimum. The document specifies wage rates and fringe benefits for various construction trades, including ironworkers, laborers, and pipefitters. Additionally, it addresses the administration of wage classifications, appealing processes for wage determinations, and mentions the provision of paid sick leave for federal contractors as per Executive Order 13706. The summary underscores the importance of these determinations for compliance in government-funded construction projects and the protections for laborers working under these contracts, encapsulating the essential guidelines for contractors in maintaining fair wages and working conditions within the legal framework.
    This government document provides a structured report regarding contract details including limitations on subcontracting for federal contracts. It lists critical information such as the contract number, type of set-aside, total contract value, service type, and the performance period. The report highlights financial transactions with both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS), detailing the amounts paid to each and summarizing the total payments to SSS and NSS. Additionally, it discusses the limitation on subcontracting percentage, calculated to assess compliance with government regulations during the performance period. The report includes templates for multiple task orders, ensuring that data can be adjusted and calculated appropriately for ongoing evaluations. Ultimately, this document serves to ensure transparency and accountability in federal contracting, particularly regarding the roles of subcontractors and adherence to set limitations during the contract period. The emphasis on accurate reporting aligns with federal grant management and RFP protocols within governmental oversight.
    The federal directive outlines requirements for the definitization of equitable adjustments for change orders in construction contracts, as mandated by FAR 36.211(b). Agencies are tasked with detailing the policies and procedures that govern this process, along with providing information regarding the time taken to finalize such adjustments. The aim is to ensure transparency and consistency in the handling of change orders, which are adjustments to contract terms due to unforeseen changes during construction. This directive highlights the importance of clear guidelines for federal, state, and local agencies engaged in construction contracts, promoting efficient project management and compliance with acquisition regulations. The full details and resources associated with these requirements are accessible at the DOI's acquisition policy webpage for construction contracts.
    Dewberry & Davis LLC conducted an asbestos survey of Building 01 at the Naval Security Group Activity in Winter Harbor, Maine, on March 21, 2001. The report details the findings of asbestos-containing materials (ACMs) present in the building, which serves as housing and offices. The survey, compliant with EPA and OSHA regulations, included bulk sampling and laboratory analysis, revealing that nine materials contained more than one percent asbestos. Key materials identified include plaster skim coat, lightweight roof panels, vinyl floor tiles, and other associated mastic. The survey concludes that intact ACMs do not pose significant health risks when managed appropriately, and recommends the implementation of an Operations & Maintenance Program to minimize exposure risks. Specific recommendations include leaving intact materials undisturbed until renovations are necessary, while urgent removal is advised for asbestos debris found in the basement storage area. This assessment emphasizes the need for safety measures during renovation or demolition, ensuring compliance with federal regulations regarding asbestos management.
    The Rockefeller Hall Interior Lead Abatement project at Acadia National Park, Maine, aims to remove lead-based paint from water-damaged areas of the building. The scope includes utilizing state-approved methods for abatement and applying a latex primer post-removal. The contractor is responsible for all materials, labor, and equipment without altering existing drywall or plaster, with work limited to specified hours on weekdays. Key contract requirements include submission of a lead abatement certification, adherence to strict safety protocols, and a focus on environmental and public safety, particularly concerning potential asbestos present in some areas. The deliverables and contract items encompass detailed measurements and tasks for abatement in specified rooms of Rockefeller Hall, detailing square footage and payment terms for completed work. Furthermore, comprehensive quality control assessments, accident prevention programs, and project closeout procedures are emphasized. The overarching intent is to ensure safety for workers and visitors while complying with federal regulations and the National Park Service standards for environmental protection, thereby maintaining the historical integrity of the building. Overall, this project demonstrates a commitment to health and safety in public construction efforts.
    The document outlines an amendment to solicitation number 140P4324R0040, issued by the National Park Service for a project in Boston, MA, impacting the timeline and administrative procedures for contractors. It specifies that offers must acknowledge receipt of the amendment prior to the designated deadline, which could affect their acceptance. The amendment includes a new period of performance from October 1, 2024, to July 31, 2025, and provides a copy of the sign-in sheet from a site visit that occurred on September 5, 2024. The amendment clarifies administrative changes and maintains that all prior terms remain in effect. The goal is to ensure clarity in the contract process and compliance with formal procedures in federal contracting, particularly relevant for managing government projects. This document exemplifies standard practices in government Request for Proposals (RFPs) and grants, ensuring that interested contractors adhere to strict guidelines for document acknowledgment and project timelines.
    The National Park Service (NPS) has issued a Request for Proposal (RFP) for a construction project focusing on lead paint abatement at Rockefeller Hall within Acadia National Park in Winter Harbor, Maine. The work requires comprehensive management, including materials, labor, equipment, and supervision to effectively address lead paint in various affected areas. The anticipated cost of the project falls between $25,000 and $100,000. Contractors must submit sealed proposals by the deadline, with a mandatory performance and payment bond. Specific project requirements include a performance period from October 1, 2024, to July 31, 2025, and established wage rates as per the Department of Labor. The documentation outlines detailed inspection processes and a clear contract structure. The contractor's performance is subject to strict oversight, ensuring compliance with government standards throughout the project’s execution. The RFP also emphasizes the necessity for proper disposal and management of hazardous materials, highlighting the NPS's commitment to maintaining safety and environmental compliance during the lead abatement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--CACO ROAD STRIPING
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is soliciting proposals for road striping services at Cape Cod National Seashore in Wellfleet, Massachusetts. The project aims to enhance visibility through the painting and striping of roads, requiring contractors to provide all necessary labor, materials, and equipment while adhering to local, state, and federal regulations. This initiative is crucial for maintaining public safety and accessibility in national parks. The estimated contract value ranges from $100,000 to $250,000, with proposals due by September 17, 2024, and project performance expected between September 30, 2024, and May 30, 2025. Interested contractors can contact Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145 for further information.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.
    F--Abatement Services - MA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for abatement and asbestos removal services at the Parker River National Wildlife Refuge in Newburyport, Massachusetts. The primary objective is to safely remove all asbestos-containing materials from "The Pink House," a 1,512 sq ft structure, with a target completion date of December 31, 2024. This project is crucial for ensuring environmental safety and compliance with federal and state regulations regarding hazardous materials, particularly in protecting public health and wildlife resources. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024. Interested contractors can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    EDIS HURR. IDA STABILIZE DAMAGED BOOKS
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the stabilization of books and archival documents damaged by Hurricane Ida at the Thomas Edison National Historical Park. The project involves the professional conservation of approximately 108 water-damaged items, requiring a qualified conservator to perform drying, cleaning, and stabilization, while documenting the restoration process with Treatment Reports and digital images. This initiative is crucial for preserving historical artifacts and ensuring compliance with safety and regulatory standards following natural disasters. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by September 18, 2024, with a performance period from October 1, 2024, to September 30, 2025. For further inquiries, contact Nathan Jones at nathanajones@nps.gov or call 617-913-8870.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.