J--HAVO CAT Loader & Grader Equipment Repair
ID: 140P8224Q0028Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

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

    The National Park Service is seeking qualified contractors to provide repair services for Caterpillar grader and loader equipment at Hawaii Volcanoes National Park. The procurement involves comprehensive repairs for a Caterpillar 120M2 Grader and IT14G Wheel Loader, including the provision of all necessary labor, tools, and parts, with a performance period from September 9, 2024, to January 3, 2025. This opportunity is critical for maintaining operational efficiency and safety within the park's infrastructure. Interested contractors must submit their quotations by August 30, 2024, at 11:59 PM HST, and ensure they have an active registration on SAM.gov. For further inquiries, contact Christine Tapp at christine_tapp@nps.gov or call 360-569-6501.

    Point(s) of Contact
    Files
    Title
    Posted
    The document comprises a combined synopsis/solicitation from the National Park Service seeking quotes for the repair of a Caterpillar 120M2 Grader and IT14G Wheel Loader, alongside invasive species inspections at Hawaii Volcanoes National Park. It outlines the solicitation amendment’s key changes, notably the dissolution of a small business set-aside, the incorporation of a Wage Determination document, and adjusting the quote due date to August 30, 2024, at 11:59 PM HST. The contractor is expected to deliver all necessary labor, tools, and parts within the specified period of performance from September 9, 2024, to January 3, 2025. Evaluation criteria include price, technical response, and past performance, emphasizing that proposals must comply with referenced FAR clauses. The document underscores the importance of acknowledging any amendments and maintaining proper registrations to qualify for contract award consideration. Overall, this solicitation reflects federal procurement processes aimed at engaging small businesses and ensuring compliance with federal contracting regulations.
    The document outlines a Request for Quotation (RFQ) for commercial services focused on the repair of Caterpillar grader and loader equipment at Hawaii Volcanoes National Park. It specifies that all necessary labor, tools, and parts must be provided by the contractor, with the anticipated period of performance spanning from August 16, 2024, to December 14, 2024. The solicitation is a Total Small Business Set-Aside under the NAICS Code 811310, with a small business size standard set at $12.5 million. Quotations must be submitted by August 7, 2024, and can only be considered if the contractor has an active SAM.gov registration. The document includes detailed instructions for submission, evaluation criteria, and the contract terms and conditions that apply to commercial products and services. Companies interested in submitting quotes are advised to follow a checklist of requirements and highlight their pricing and technical approach. Evaluation will primarily focus on price reasonableness and technical responsiveness, while past performance will also be assessed for potential contractors. Key contacts for queries are provided, emphasizing adherence to contract clauses related to Fair Labor Standards and aspects of subcontracting, thus reflecting the document’s regulatory compliance framework and commitment to small business engagement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repairs to Tandem Drive and door window of motor grader for the Medicine Bow National Forest
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to perform repairs on a 2013 CAT 140 M2 Motor Grader for the Medicine Bow National Forest. The project focuses on repairing the right tandem drive and door window of the grader, with the work to be conducted at Wyoming Machinery in Cheyenne, Wyoming, and a completion deadline of five days post-contract award. This initiative is crucial for maintaining operational efficiency within federal resources, ensuring that essential equipment remains functional for ongoing forestry operations. Interested contractors must submit both technical and price proposals electronically by September 9, 2024, and can direct inquiries to Tina Frankenbery at Tina.Frankenbery@usda.gov.
    Y--KALA 248432 construct a fuel farm and dispensing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fuel farm and dispensing system at Kalaupapa National Historical Park in Hawaii. The project entails the installation of four 5,000-gallon above-ground fuel storage tanks, a 5,000-gallon above-ground diesel tank, and associated infrastructure, including footings, a dispensing/tracking system, and electrical services. This initiative is crucial for meeting the fuel needs of the Kalaupapa settlement while ensuring compliance with safety and environmental regulations. Interested contractors must submit their proposals by September 19, 2024, with an estimated contract value between $5 million and $10 million. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Z--DEVA - AUTO SHOP VEHICLE LIFTS
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of two vehicle service lifts at the Death Valley National Park Auto Shop. The project involves the installation of hydraulic vehicle lifts, including necessary electrical and air supply connections, and is critical for maintaining operational efficiency in the park's maintenance facilities. This procurement is part of the government's commitment to ensuring safe and effective service capabilities within national parks, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit their sealed bids by the specified deadline, and for further inquiries, they can contact Caleb Overbaugh at caleboverbaugh@nps.gov.
    5-6 YD Dump Truck Rental
    Active
    Dept Of Defense
    The Department of Defense, through the Regional Contracting Office Hawaii (RCO-HI), is seeking quotes for the rental of a 5-6 yard dump truck to support medium-duty construction operations at Schofield Barracks, Hawaii. The contractor must provide a truck equipped with specific features, including a tarp system, in-cab bed controls, and a minimum 6.7L V8 turbo diesel engine, with a performance period from September 30, 2024, to October 31, 2024, and an option for an additional month. This procurement is crucial for fulfilling the operational needs of military construction services, and interested small businesses must submit their quotes electronically by September 11, 2024, at 5:00 PM Hawaii Standard Time, ensuring compliance with all specified requirements and regulations. For further inquiries, potential offerors can contact SFC Britny Bridges at britny.d.bridges.mil@army.mil or by phone at 808-787-8835.
    F--Hazard Tree Mitigation, Lassen Volcanic NP
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to provide hazard tree mitigation services at Lassen Volcanic National Park in California. The project involves the felling, bucking, and limbing of hazardous trees that pose risks to park infrastructure, with a performance period scheduled from September 16 to October 31, 2024. This initiative is crucial for ensuring visitor safety and protecting the park's natural environment, as it addresses potential fire hazards and maintains the integrity of park facilities. Interested contractors must submit their quotations by the specified deadline, and for further inquiries, they can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018.
    38--MN RICE LAKE NWR - COMPACT TRACK LOADER Purchase
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking bids for the purchase of a Compact Track Loader for the MN Rice Lake National Wildlife Refuge, with the delivery address changed to Savanna NWR in Thomson, Illinois. The procurement aims to enhance operational capabilities at the wildlife refuge, requiring a loader that meets specific performance criteria, including a minimum engine power of 89 horsepower and a weight capacity of 3,100 to 3,500 pounds, while adhering to U.S. EPA emissions standards and safety regulations. Interested vendors must submit their quotes by September 11, 2024, with the contract performance period set from September 16, 2024, to March 31, 2025. For further inquiries, potential bidders can contact Dana Arnold at danaarnold@fws.gov or call 571-547-3405.
    GOIS 152683 Demolish Incidentally Acquired Buildin
    Active
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) seeks experienced contractors for the GOIS 152683 project, which involves demolishing and removing incidentally acquired buildings and associated infrastructure on Governor's Island National Monument, New York City, while minimizing visitor impact. The upcoming competitive acquisition, estimated at $5-10 million, requires complex demolition, hazardous material management, and landscape restoration expertise. Responses from large and small businesses are welcome, focusing on their capabilities and experiences. NPS aims to develop an effective acquisition strategy based on the responses received by 12 Noon on September 12, 2024.
    68--Supply and Deliver Propane, Lassen Volcanic NP
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the supply and delivery of propane to Lassen Volcanic National Park in California. The contractor will be responsible for providing approximately 10,000 gallons of propane every six months to support park operations, including heating facilities, while ensuring compliance with local and federal regulations. This procurement is a Total Small Business Set-Aside, with proposals due by September 10, 2024, at 2:00 p.m. PT, and the anticipated contract period starting from October 1, 2024, to March 31, 2025. Interested vendors should direct inquiries to Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018.
    GWMP Bridge Pres
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Bridge and Pavement Preservation Project at the George Washington Memorial Parkway in Virginia. This Sources Sought Notice aims to gather interest and qualifications from both large and small businesses for extensive restoration and maintenance of bridges and roadways, with an estimated construction cost exceeding $10 million and a performance period of approximately 416 calendar days. The project includes tasks such as concrete deck repairs, drainage improvements, asphalt preservation, and traffic control, emphasizing minimal visitor impact during construction. Interested parties must submit their responses, including company information and relevant experience, by September 23, 2024, to Jeremiah Rogers at jeremiahrogers@nps.gov or by phone at 303-969-2633.
    Z--KP LIGHTHOUSE REPAIRS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the repair and restoration of the Daniel K. Inouye Kīlauea Point Lighthouse's lantern, located at the Kīlauea Point National Wildlife Refuge in Hawaii. The project requires specialized construction services to address existing leaks and corrosion, including the removal and reinstallation of the historic 2nd Order Fresnel lens, weatherproofing the lantern, and repairing ventilation mechanisms. This initiative is crucial for preserving a site listed on the National Register of Historic Places, highlighting the importance of maintaining historical landmarks while adhering to safety and environmental standards. Interested contractors must submit their proposals by the specified deadline, with an estimated project cost ranging between $1 million and $5 million. For further inquiries, contact Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274.