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
    RENTAL STREET SWEEPER FOR MAINTENANCE
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking quotations for the rental of a street sweeper to support maintenance operations at Joshua Tree National Park. The procurement involves a three-month rental period for an enclosed cab street sweeper equipped with specific features, including a 4.5+ cubic yard hopper and dual side gutter brooms, with a preference for a Non CDL model. This equipment is crucial for maintaining park roads and ensuring safety during a road hazard striping project. Interested vendors must submit their quotes electronically by September 12, 2024, for a contract period from September 27, 2024, to December 27, 2024. For further inquiries, potential offerors can contact Caleb Overbaugh at caleboverbaugh@nps.gov.
    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 Cow Creek Auto Shop within Death Valley National Park. The project aims to install hydraulic lifts to replace existing cable-driven models that have experienced mechanical failures, ensuring efficient vehicle maintenance operations at the park. This initiative is crucial for maintaining the park's vehicle maintenance facilities while adhering to safety and environmental regulations, particularly concerning the management of hazardous materials. Interested contractors must submit their proposals by September 18, 2024, with an estimated construction cost between $100,000 and $250,000, and can contact Caleb Overbaugh at caleboverbaugh@nps.gov for further details.
    IL-CRAB ORCHARD NWR- BIL FIRE CTL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified vendors to provide a Compact Track Loader for the Crab Orchard National Wildlife Refuge as part of a combined synopsis/solicitation. The procurement requires a loader with specific capabilities, including a minimum engine power of 89 hp, a rated operating capacity of 3,100-3,500 lbs, and features such as high-flow hydraulics, safety systems, and compliance with U.S. EPA emission standards. This equipment is crucial for effective fire control and land management within the refuge, ensuring operational efficiency and safety. Interested parties must submit their quotes by September 19, 2024, and can direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.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 involves the installation of four 5,000-gallon above-ground fuel storage tanks, a 5,000-gallon diesel tank, and associated infrastructure, including footings, a dispensing/tracking system, and electrical connections. 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, and can contact Mark Barber at markbarber@nps.gov or 721-621-7310 for further information.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    Z--PERL Replace Damaged Hardware and Door Locks
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors to replace damaged hardware and door locks at the Pearl Harbor National Memorial, specifically targeting the replacement of 157 items. The project requires the contractor to provide all necessary management, tools, equipment, and labor to ensure that all doors are equipped with interchangeable key cores and new hardware as needed. This procurement is significant for maintaining the security and functionality of the memorial site, reflecting the government's commitment to preserving historical integrity while enhancing visitor experiences. Proposals are due by September 3, 2024, with the anticipated period of performance running from September 16 to November 15, 2024. Interested parties must ensure active registration in the System for Award Management (SAM.gov) and may contact Christine Tapp at christinetapp@nps.gov or 360-569-6501 for further information.
    NPS-YOSE, PURCHASE 35 TON LOWBED TRAILER
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified vendors to provide and deliver one (1) 35-ton lowbed trailer to Yosemite National Park in California. The procurement requires a trailer that meets specific technical specifications, including dual axles rated for 25,000 lbs each, air ride suspension, disc brakes with ABS, and a deck length between 24 and 24.4 feet. This acquisition is crucial for the operational needs of the park, ensuring efficient transportation of equipment and materials within its boundaries. Interested small businesses must submit their quotes by September 18, 2024, and ensure compliance with all specifications and federal mandates, with delivery required within 180 days after receipt of order. For further inquiries, vendors can contact Michelle Bennett at MichelleBennett@nps.gov or call 702-293-8909.
    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.