H--YDP BUILDINGS ROOF LEAK INSPECTION
ID: 140R3024Q0086Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- MISCELLANEOUS (H399)

Set Aside

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

    The Department of the Interior's Bureau of Reclamation, Lower Colorado Regional Office, seeks roof inspection and potential repair services for its Yuma Desalting Plant in Arizona. The primary objective is to address roof leaks and provide detailed repair recommendations for four buildings: the YAO Admin Office, the Desalting Building, the YDP Admin Office, and the Switchyard Control Building. The solicitation seeks a comprehensive approach to identifying and resolving roof leak issues, utilizing drone scans, water intrusion testing, and general maintenance. Vendors must have specialized expertise, FAA-certified drone pilots, and an understanding of working in an industrial setting with active equipment and chemicals. The contract, with an estimated value of over $250,000, is structured as a firm-fixed-price agreement, encouraging vendors to offer competitive prices. Quotes are due on August 15, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the terms, conditions, and clauses associated with a government contract. While it does not explicitly state the nature of the contract or the goods and services being procured, it does provide insight into the requirements that the contractor must adhere to. The clauses cover a range of topics, including insurance, security, safety, and labor standards. Notably, the document emphasizes the importance of protecting sensitive information and ensuring the suitability and security clearance of contractor personnel accessing government facilities and information systems. The contract also includes provisions for electronic invoicing and payment through the Department of the Treasury's Invoice Processing Platform System (IPP). Overall, the document serves as a comprehensive guide to the legal and regulatory framework within which the contractor must operate, ensuring compliance with federal regulations and safeguarding government interests.
    This attachment focuses on the price schedule for roof inspection services, outlining the contract line item numbers (CLINs) and associated costs. The procurement objective is to acquire roof inspection services and an inspection report, offered as a package deal and not as separate entities. While specific quantities are not mentioned, the schedule includes two CLINs: the first for roof inspection and the second for the subsequent inspection report. The contract is structured as a lump-sum agreement, indicating that vendors will propose a fixed price for the entire scope of work. The total estimated value of the contract will depend on the offers received, and vendors are expected to adhere to the terms and conditions outlined in the solicitation. This attachment emphasizes the pricing aspect, with the goal of procuring roof inspection services and the associated report through a straightforward, all-inclusive contract structure.
    The U.S. Bureau of Reclamation's Yuma Area Office is seeking to address roof leaks in four of its buildings: the YAO Admin Office, the Desalting Building, the YDP Admin Office, and the Switchyard Control Building. The selected contractor will be responsible for detecting and marking leak locations and providing a comprehensive report with repair recommendations, quantities, and cost estimates. The project aims to identify and address the issues causing water to pass through the roofs, damaging ceiling tiles, and affecting office spaces. The contractor will need to mobilize personnel and equipment, ensure safety measures, conduct roof leak detection using non-invasive methods, and prepare a detailed report. The report should include repair locations, recommended products and methods, and an assessment of damage to interior components. The contractor will also need to propose two suitable repair options for each issue. Additionally, they must adhere to strict safety and health regulations, provide necessary documentation, and obtain required permits. The performance period for this project is 60 calendar days from the contract award. The contractor's responsibilities also include providing temporary utilities, ensuring proper waste disposal, and submitting various documents, such as an inspection plan, safety program, personnel information, and equipment details. The total estimated value of this contract is not provided, but the focus is on accurately detecting and assessing roof leaks to guide subsequent repair work.
    This file contains a Wage Determination document from the U.S. Department of Labor, setting forth the minimum wage rates and fringe benefits required for service contracts subject to the Service Contract Act. The rates are applicable to contracts awarded or renewed on or after January 30, 2022, in the state of Arizona, specifically in the County of Yuma. The determination covers a broad range of occupational categories, each with its respective hourly wage rate. The objective of this procurement is to ensure that workers employed under service contracts are paid at least the applicable minimum wage rates and receive the mandated fringe benefits. The document provides a comprehensive list of occupations, each with a corresponding hourly rate. These rates vary based on the specific occupation and range from $12.70 per hour for a Child Care Attendant to $61.29 per hour for a Nuclear Medicine Technologist. The specifications and requirements for each occupation are detailed in the "Service Contract Act Directory of Occupations," which serves as a reference for determining the appropriate classification. The scope of work for contractors involves adhering to these wage rates and providing the mandated fringe benefits for employees performing services under the covered contracts. The document also outlines certain contract details, such as the requirement for contractors to provide paid sick leave in accordance with Executive Order 13706. Additionally, it highlights the need for contractors to ensure employees receive the mandated fringe benefits, which include health and welfare benefits, paid vacation, and paid holidays. Key dates include the revision date of the wage determination (May 9, 2024) and the applicability of the rates to contracts awarded or renewed on or after January 30, 2022. The evaluation criteria are not explicitly stated, but the document emphasizes the importance of conforming to the listed wage rates and benefits to avoid violations of the Service Contract Act.
    This file, Attachment 7, contains provisions for an RFP, outlining instructions and requirements for vendors submitting quotes for a firm-fixed-price contract. The government agency aims to procure services for a specific Statement of Work, with the main objective being to find a vendor that can provide the best benefit to the government in terms of technical approach, experience, past performance, and price. Vendors are instructed to submit detailed quotes that address the government's needs, including a plan, resources, personnel hours, project schedule, and key risks. They must also demonstrate relevant experience and provide past performance references. The contract will be awarded without discussions, but the government reserves the right to conduct them if necessary. The government intends to make a single award for the services, and vendors must ensure their quotes are complete and compliant with the RFP's terms and conditions. The evaluation criteria are clearly outlined, focusing on technical approach, experience, past performance, and price. The government reserves the right to cancel the RFP at any time, and vendors are encouraged to conduct a site visit to understand the conditions that may affect contract performance. The provisions also include various certifications and representations that vendors must complete, such as those related to small business status, labor standards, and compliance with specific laws and regulations. Overall, this RFP seeks to procure services that meet the specified requirements, with a focus on ensuring a timely and equitable evaluation process.
    This RFP pertains to the procurement of roof leak inspection and potential repair services for an industrial facility, known as the YDP, comprising four buildings. The main objective is to address roof leaks and determine the need for repairs or replacements across the facility's buildings. The scope of work includes infrared drone scans, water intrusion testing, and general roof maintenance and inspections. Regarding specifications, the buildings are approximately 39 years old, with some recent repairs and replacements. The contractor will be responsible for providing their drone equipment and ensuring FAA-certified pilots. They will also need to adhere to safety practices due to the presence of active equipment and chemicals at the site. The contractor will coordinate with property operations personnel for access to power and water sources and will be granted access after sunset for infrared scans. They will also provide a small office container for their use during the work shift, with an available power supply source. The performance period for this project is 60 calendar days from the contract award, with the potential for a time extension if a full roof replacement is recommended. The contract type and value are not specified. Key dates include the availability of weekends and holidays for inspections, with accommodations for the equipment's limitations. The evaluation criteria are not explicitly stated, but the agency clarifies that the scope of work is primarily for inspection, with repairs or replacements to be determined based on the contractor's findings and recommendations.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    Procurement Objective: The Bureau of Reclamation's Lower Colorado Region office in Boulder City, NV, has issued an amendment (0001) to RFQ No. 140R3024Q0086, seeking to extend the quote due date and provide additional information to vendors. Specifications and Requirements: While specific details about the original RFQ are not provided, the amendment includes a sign-in sheet from a site visit and responses to questions submitted by vendors. Scope of Work: Vendors are now required to acknowledge receipt of this amendment and can modify or withdraw their offers/bids if needed. Contract Details: Not provided in this amendment. Key Dates: The receipt of offers date has been extended to August 12, 2024, by 1:00 p.m. Pacific Time. Vendors must submit any additional questions or requests for clarification regarding this amendment by August 2, 2024, at 12:00 p.m. Evaluation Criteria: Not specified in this amendment. In summary, Amendment 0001 to RFQ No. 140R3024Q0086 from the Bureau of Reclamation's Lower Colorado Region office aims to provide vendors with additional information, including responses to questions and a site visit sign-in sheet. The amendment extends the quote due date to August 12, 2024, and outlines the process for acknowledging the amendment and modifying or withdrawing offers. Vendors must adhere to the specified dates and times for submitting offers and questions, with the contracting officer's signature included in the amendment.
    The government agency has issued an amendment to a solicitation for a contract. The amendment extends the deadline for submitting offers or quotes to August 12th, 2024, at 10:00 AM Pacific Time. Offerors must acknowledge receipt of this amendment and are permitted to modify their previously submitted offers, as long as they adhere to the specified conditions. The amendment also makes administrative changes to the solicitation, but the core terms and conditions remain unchanged. This information is conveyed using the Standard Form 30.
    The government agency has issued an amendment to a solicitation for a contract. The amendment extends the deadline for submitting offers or quotes to 10:00 AM on August 12, 2024, and specifies that bidders must acknowledge receipt of the amendment before this new deadline. Bidders can resubmit their offers if they wish to change them after receiving the amendment. All other terms and conditions of the original solicitation remain unchanged.
    The government agency has issued an amendment to a solicitation for a contract. Bidders are required to acknowledge receipt of this amendment before the specified date and time, otherwise their offers may be rejected. The amendment clarifies that quote packages are due on August 15, 2024 at 2:00 PM Pacific Time and bids can be changed using a specified method. All other terms and conditions of the original solicitation remain in effect.
    This document is a solicitation for a contract to provide roof leak inspection services for YDP Buildings. The Bureau of Reclamation's Lower Colorado Region office in Boulder City, Nevada, is seeking proposals for this work, with a delivery date of November 30, 2024. The product/service code is C213, and the description is "Architect and Engineering-General: Inspection (Non-Construction)." While specific technical specifications are not provided, the scope of work appears to focus on roof leak inspections. The contract type and value are not explicitly stated, but the document includes standard terms and conditions, as well as blocks for offerors to provide unit prices and quantities, suggesting a supply or service-based contract. Key dates include an offer due date of August 2, 2024, and an effective date of July 3, 2024. Evaluation criteria are not detailed, but the document does include blocks for offerors to complete, suggesting that proposals will be evaluated based on the information provided in those sections.
    This file appears to be a map of the Yuma Desalting Plant in Yuma, Arizona, with accompanying details about the plant's buildings and surrounding area. The primary objective of this procurement seems to be roof repair services for the plant's facilities. While there is limited information available, here is a summary of the key points: Procurement Objective: The government is seeking roof repair services for the Yuma Desalting Plant, as indicated by the title "ROOF REPAIRS" and the map showing the project site and nearby buildings. Specifications and Requirements: Although specific technical details are not provided, the map offers a visual representation of the plant's layout, with buildings labeled, which would help contractors understand the scope and location of the work. Scope of Work: Contractors would be responsible for repairing the roofs of the buildings within the Yuma Desalting Plant complex. The map indicates multiple buildings, including administrative offices and the desalting facility itself. Key Dates and Contract Details: Unfortunately, the file does not provide information on contract specifics, submission deadlines, or project timelines. Evaluation Criteria: Without additional context, it is challenging to determine the exact evaluation criteria for this procurement. However, it is safe to assume that factors such as contractor experience, expertise in roof repairs, and understanding of similar government facilities would be considered.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    This document, titled "Hazardous Material Authorization Form," is related to the procurement and use of hazardous materials within a government project. **Procurement Objective:** The primary objective is to obtain authorization for the use of hazardous materials, ensuring compliance with safety and sustainability regulations. While the specific goods or services being procured are not explicitly stated, the form indicates a need to purchase and utilize hazardous substances or chemicals. **Specifications and Requirements:** The form requires detailed information about the hazardous material, including its name, quantity, unit of issue, usage frequency, and duration of the task. It also mandates the inclusion of a Safety Data Sheet (SDS) and defines hazardous materials as any substance posing a risk to health, the environment, or physical well-being during normal handling, storage, or disposal. **Scope of Work:** The vendor or contractor would be responsible for providing comprehensive details about the hazardous material, its intended use, storage methods, and disposal or recycling processes. They would also need to list non-hazardous or less hazardous alternatives and provide justifications if these alternatives are not viable. **Contract Details:** Not available in this document. **Key Dates:** The form includes a section for dates, such as the request date and the date of concurrence from the requestor's supervisor. There is also a mention of a 10-business-day evaluation period by the Authorized Designee for Hazardous Materials and Health and Safety. **Evaluation Criteria:** The evaluation criteria focus on ensuring compliance with legal and internal requirements related to hazardous materials. The Authorized Designee will consider the information provided and either approve the request, approve with conditions, or disapprove it, providing reasons for any disapproval. This form is a critical step in the procurement process, ensuring that hazardous materials are handled, stored, and disposed of safely and sustainably, in accordance with government regulations and executive orders. It seeks to balance the need for hazardous substances in certain projects with the potential risks they pose to human health and the environment.
    I require additional context to create a comprehensive summary. Please provide further details or indicate specific sections of the document that require analysis so that I may provide a more informative response.
    This file appears to be an excerpt from a larger document, possibly a facility or site plan, with a focus on specific buildings: "Building 2. Desalting Building" and "Building 3. YDP Admin Office." While it does not contain explicit procurement details or contract information, the structure suggests a potential upcoming procurement related to these buildings. The excerpt hints at a potential renovation, upgrade, or construction project for the mentioned buildings. The objective could be to procure services and solutions to transform or improve the functionality and purpose of these structures, possibly as part of a larger site redevelopment initiative. Without additional context, it is challenging to determine the precise nature and scope of the procurement. However, the provided building names and identifiers (F-21 to F-28) suggest that further details, such as floor plans, technical specifications, and scope of work definitions, may be found in corresponding sections or attachments of the larger document. To gain a comprehensive understanding of the procurement objectives, specifications, and requirements related to these buildings, a review of the complete document or associated supplementary materials is necessary.
    This file appears to be an excerpt from a larger document related to a government procurement project involving electrical infrastructure. The specific focus is on "Building 4" and its switchyard control systems. While the provided excerpt does not contain extensive details, I can surmise the following key points regarding the procurement objective and scope of work: The government agency is likely seeking to upgrade or replace the switchyard control systems associated with Building 4. This may include the procurement of new equipment, such as switchgear, control panels, and associated hardware. The scope of work would entail the design, supply, installation, and commissioning of these control systems. It would also likely involve integrating the new systems with existing infrastructure and ensuring their compatibility and seamless operation. Given the technical nature of the project, vendors or contractors would need to possess specialized expertise in electrical engineering, particularly in the domain of switchyard control systems. They would be responsible for ensuring that the new systems meet industry standards and regulatory requirements, as well as providing training and documentation to the agency staff. While there are no explicit mentions of contract details, evaluation criteria, or key dates in the provided excerpt, these aspects would typically be integral components of the full RFP document. It is safe to assume that the agency would outline specific technical specifications, contract types, timelines for implementation, and evaluation criteria that emphasize vendor qualifications and demonstrated expertise in similar projects. In summary, the government agency is aiming to procure and implement upgraded switchyard control systems for Building 4, ensuring reliable and efficient operation. This involves technical expertise, integration with existing infrastructure, and adherence to industry standards. The successful vendor or contractor will play a crucial role in ensuring the successful design, installation, and commissioning of these critical systems.
    The objective of this procurement is to secure a suitable facility to serve as the YAO Admin Office, indicating a need for real estate services and a long-term lease agreement. The specific building, labeled "Building 1," suggests that the government is seeking a dedicated and self-contained space for their administrative operations. While the file does not explicitly detail the services required or the scope of work, it likely entails finding and securing a lease for an office space that meets the government's needs in terms of size, location, and amenities. Key dates and evaluation criteria are not provided in this excerpt, but they would typically include submission deadlines and criteria related to the proposed building's location, cost, and ability to meet the government's administrative space requirements.
    Nicklaus Engineering, Inc. was contracted to conduct a comprehensive asbestos and lead-based paint inspection at a property in Yuma, Arizona, owned by the Bureau of Reclamation. The inspection included a site inspection, sample preparation and collection, laboratory analysis, and the preparation of a final report. The inspection was conducted in accordance with ASTM Standard E 2356-04, which provides procedures for locating, identifying, quantifying, and assessing asbestos-containing materials in buildings. Samples of suspect materials, including roofing and ceiling tiles, were collected and analyzed using Polarized Light Microscopy (PLM) and X-Ray Fluorescence (XRF) techniques. The analysis revealed no asbestos-containing materials or lead-based paint in the sampled areas. However, any materials not sufficiently proven to be non-ACM or non-LBP are to be treated as ACM, and further analysis is recommended for materials not included in the survey. The inspectors and laboratory involved in this inspection are certified, and the report is intended solely for the benefit of the client, with no obligation to advise on any future asbestos or lead hazards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--Roof Leak Investigation and Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a roof leak investigation and repair project at the Dorris Miller VA Medical Center in Waco, Texas. The procurement specifically targets Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves addressing water infiltration issues, particularly related to dormer windows, with an estimated contract value between $100,000 and $250,000. This project is crucial for maintaining the integrity of the facility's infrastructure and ensuring a safe environment for veterans. Interested bidders must attend a mandatory site visit on August 22, 2024, with quotes due by September 12, 2024; for further inquiries, contact Contract Specialist Tailor E. Brown at Tailor.Brown2@va.gov.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior's Bureau of Reclamation is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated cost ranging from $10 million to $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological conservation efforts in the region. Interested contractors must submit their proposals by September 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Yuma, AZ Geotechnical and Drilling Services
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking contractors to provide geotechnical and drilling services in Yuma, Arizona, in support of the United States Border Patrol (USBP). The project involves the design, planning, and execution of up to fifteen boreholes, each with a diameter of up to forty-two inches and a depth of up to one hundred feet, along with the installation of permanent observation wells and cone penetration testing. This initiative is critical for ensuring the integrity of border operations and requires compliance with federal, state, and local regulations, emphasizing safety and minimal disruption. Interested contractors should contact Jason Perry at jason.m.perry@faa.gov, with a project budget estimated between $500,000 and $750,000, and proposals due by September 20, 2024.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, including upgrades to wastewater collection, treatment systems, and the SCADA control network, while ensuring compliance with environmental regulations and sustainability standards. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted utility services for public use. Interested contractors must submit their proposals by September 17, 2024, and can direct inquiries to James Waller at jameswaller@nps.gov or call 303-969-2488.
    Inspect and repair roofs of SBNMS offices
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking contractors for the inspection and repair of the roof at the Stellwagen Bank National Marine Sanctuary Administration Building located in Scituate, Massachusetts. The project involves assessing and remediating minor leaks in the roof, which was replaced in 2019, with a requirement for a comprehensive inspection and subsequent repairs to be completed by December 15, 2024. This initiative is crucial for maintaining the integrity and safety of a federal building, ensuring compliance with environmental and regulatory standards. Interested contractors must submit their proposals within 90 calendar days, with work expected to commence by September 11, 2024. For further inquiries, potential bidders can contact Randall Chatfield at RANDALL.CHATFIELD@NOAA.GOV.
    Y--PBRWS PHASE 2 STAGE 1
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting bids for the Pojoaque Basin Regional Water System (PBRWS) Phase 2 Stage 1 project in New Mexico. This federal contract involves the construction of a 105,700-gallon prefabricated pump station, installation of 3.2 miles of water lines, and the development of an 830,000-gallon concrete water distribution tank, all aimed at enhancing regional water infrastructure. The project is significant for addressing water resource management and compliance with legal settlements, ensuring that construction adheres to safety and environmental standards. Interested contractors must submit their proposals by September 13, 2024, with the project period of performance running from November 18, 2024, to April 16, 2026. For further inquiries, contact Tyler Spencer at tspencer@usbr.gov or call 801-524-3653.
    Irrigation Repairs at Valle De Oro NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to undertake extensive repairs to the drip irrigation system at the Valle De Oro National Wildlife Refuge in Albuquerque, NM. The project aims to restore the damaged irrigation system, which is vital for maintaining the native plant landscaping around the Visitor Center, following its failure due to improper installation and environmental exposure. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with a performance period of 60 calendar days anticipated after receipt of the order, and a deadline for quote submission set for September 20, 2024. Interested contractors can contact Justine Coleman at justinepasiecnik@fws.gov for further inquiries regarding this opportunity.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    56--OK WASHITA HQ ROOF REPLACEMENT
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the roof at the Headquarters building of the Washita National Wildlife Refuge in Butler, Oklahoma. The project involves removing the existing roof and installing a new one, with all work to be completed in accordance with the attached Statement of Work (SOW) and safety regulations. This maintenance project is crucial for preserving the integrity of the facility, with a total estimated cost of under $25,000. Interested contractors should note that a site visit is scheduled for August 27, 2024, and questions must be submitted by August 29, 2024, to the primary contact, William Koski, at williamkoski@fws.gov. The performance period for the contract is set from September 23, 2024, to November 15, 2024.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful Water Treatment System GAOA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is preparing to solicit proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System in Yellowstone National Park. This project aims to address aging infrastructure and compliance issues by upgrading the existing water treatment plant, which includes constructing a new building, enhancing chemical feeding and treatment systems, and improving safety and monitoring protocols. The initiative is crucial for ensuring the facility meets environmental regulations, particularly in relation to an existing EPA administrative order, while also providing robust opportunities for small businesses through subcontracting. Interested vendors must register on SAM.gov with an active UEI number, with the official solicitation expected to be released around September 11, 2024, and a project budget exceeding $10 million, with an estimated completion timeframe of approximately 822 days. For further inquiries, vendors can contact Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.