Z--Window and Door Replacement, CAPE HATTERAS NATIONA
ID: 140P5324R0040Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Wood Window and Door Manufacturing (321911)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

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

    The National Park Service, under the Department of the Interior, is soliciting bids for a firm-fixed price contract to replace windows and doors at the Hatteras Island Visitor Center, part of the Cape Hatteras National Seashore maintenance project. The objective is to upgrade the existing features with energy-efficient, impact-resistant, double-pane glass while ensuring compliance with ADA accessibility requirements. This project is crucial for enhancing the visitor experience and maintaining the integrity of the facility, with an estimated contract value between $100,000 and $250,000. Interested vendors must register in the System for Award Management (SAM) and submit their quotes by September 6, 2024, with a site visit scheduled for August 13, 2024, and a vendor questions cut-off date of August 16, 2024. For further inquiries, contact Marilia Mateo at marilia_mateo@nps.gov or call 305-242-7742.

    Point(s) of Contact
    Mateo, Marilia
    (305) 242-7742
    (305) 242-7795
    marilia_mateo@nps.gov
    Files
    Title
    Posted
    The focus of this file is on adhering to Federal Acquisition Regulation (FAR) 36.211(b) policies, which govern definitizing equitable adjustments for construction change orders. The objective is to ensure compliance with procedures outlined in the Department of the Interior's (DOI) Policy and Acquisition Management (PAM) manual, specifically the "construction contract administration" section. This aims to streamline the process of managing change orders, ensuring contractors are fairly compensated for any adjustments. The file emphasizes the time sensitivity and provides a link to the relevant DOI manual section, offering a concise overview of the procurement's administrative aspects, though it does not include specifics on the construction projects or contract values.
    The government seeks to replace the windows and doors of the Hatteras Island Visitor Center, and has issued a past performance questionnaire as part of its procurement process. This questionnaire evaluates an offeror's ability to meet requirements, timeliness, and quality of work on previous contracts. It requests that references complete the assessment by a specified deadline, rating the contractor's performance qualitatively and providing additional comments. This information will likely factor into the contracting decision for the upcoming solicitation numbered 140P5324R0040, aiding in the selection of a suitable vendor for the project.
    This document pertains to a government Request for Proposal (RFP) concerning multi-pane grid work. Specifically, it seeks clarification on the requirement for “grills” in the designs, affirmatively indicating that these are necessary to achieve the appearance of a multi-pane sash. This requirement illustrates the project’s emphasis on aesthetic authenticity in the finished product. The inquiry reflects a need for precise specifications in proposals, underscoring the importance of adhering to design standards in government contracts. As such, the document highlights a key aspect of federal contracting, where detailed and clear guidelines are essential for both the government and potential contractors to ensure quality and compliance within the scope of work. Overall, this brief file contributes to understanding the meticulous nature of federal RFPs, emphasizing the need for clarity in project expectations.
    The document outlines Amendment No. 0001 to the solicitation for the Window and Door Replacement project at Cape Hatteras National Seashore. It serves to post questions and answers received regarding the solicitation while maintaining all other original conditions. The project is designated as a Firm-Fixed Price, 100% Small Business Set-Aside, under NAICS code 321911, with a magnitude estimate between $100,000 and $250,000. The period of performance extends from September 10, 2024, to January 9, 2025. Prospective contractors must register in the System for Award Management (SAM) before submitting bids, and an optional site visit is scheduled for August 13, 2024. Questions from vendors are due by August 16, 2024, and quotes must be submitted by September 6, 2024, by 3:00 PM EST. The document emphasizes the importance of acknowledging receipt of amendments and provides instructions for submitting quotes electronically, alongside the stipulation that the contracting office will not distribute hard copies or respond to phone inquiries. Overall, this amendment is a critical communication piece ensuring clarity regarding the bidding process and requirements.
    The National Park Service seeks bids for a firm-fixed price contract to replace windows and doors at the Hatteras Island Visitor Center, part of the Cape Hatteras National Seashore maintenance project. The primary goal is to procure the replacement of bookstore windows and doors, emphasizing energy efficiency and adhering to strict technical specifications. Offerors must provide a detailed cost breakdown for the lump sum bid, covering all project-related expenses. The scope entails furnishing labor, materials, and supervision for window and door installation, aligning with detailed requirements outlined in the statement of work. Bidders should account for factors like site access, excavation clearances, and coordination with park operations to avoid disruptions. The project is estimated at $100,000-$250,000 and must be completed within 120 days of the notice to proceed, with a targeted finish date of January 2025. Critical dates include a site visit on August 13, 2024, a question cutoff date of August 16, 2024, and the final bid submission deadline of September 6, 2024. The government will evaluate bids based on price and technical acceptability, with the lowest price meeting requirements likely to be awarded the contract. Registration in the System for Award Management (SAM) is mandatory before awarding the contract.
    The National Park Service aims to contract a comprehensive replacement of the windows and doors in the Hatteras Island Bookstore and Comfort Station, located in North Carolina. The primary objective is to upgrade these features with impact-resistant, double-pane glass and ensure compliance with ADA accessibility requirements. The scope of work involves removing and replacing specific window and door configurations, emphasizing accurate field verification for precise installation. This project is governed by various building codes and regulations. Prospective vendors must provide detailed proposals, including technical specifications and pricing, for the supply and installation of these fixtures. The contract encompasses labor, materials, and equipment, with measurements provided for accurate quoting. Key dates and evaluation criteria are not explicitly mentioned within this excerpt, but are likely outlined in separate documentation.
    The North Carolina government issues a wage determination for construction projects in select counties. It establishes prevailing wage rates for various construction classifications, including pipefitters, bricklayers, carpenters, and laborers, with rates effective as of July 2022. This decision aims to ensure fair wage practices and provides an appeals process for construction contracts covered by the Davis-Bacon Act. The stated purpose is to protect workers' wages and ensure compliance with federal labor laws, applying to projects like building construction, excluding single-family homes and low-rise apartments. Key dates include the publication date of 01/05/2024 and the effective date of the wage rates, 07/01/2022.
    Similar Opportunities
    REPAIR TRIP HAZARDS AT FORT RALEIGH
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of trip hazards at Fort Raleigh National Historic Site in North Carolina. The project involves lifting sidewalks to eliminate identified tripping hazards using polyurethane foam, ensuring compliance with ADA accessibility standards and maintaining the site's historical integrity. This firm-fixed-price contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and requires completion within 30 days of the notice to proceed. Interested contractors must submit their quotes by September 16, 2024, and direct any inquiries to Marilia Mateo at mariliamateo@nps.gov by August 29, 2024.
    Y--HPTC SELECTIVE REPLACEMENT OF PALISADE
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the selective replacement of damaged palisade walls at Fort Vancouver National Historic Site in Washington. The project requires contractors to provide labor, materials, and equipment to replace specific components of the palisade, with a performance period of 150 calendar days following the notice to proceed. This initiative is crucial for preserving the historical integrity of the site, which is a replica of the historic Hudson Bay fort, and ensuring public safety during construction. The estimated contract value ranges from $250,000 to $500,000, and interested small businesses must submit their proposals by September 11, 2024, with a site visit scheduled for August 14, 2024. For further inquiries, contractors can contact Franklin Mahan at franklinmahan@nps.gov or by phone at 240-741-3727.
    Hatteras Inlet Debre Removal
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the removal and proper disposal of day beacons located in Hatteras Inlet, North Carolina. Contractors are required to provide all necessary supervision, labor, equipment, and materials to execute the demolition in accordance with the provided Scope of Work, ensuring compliance with federal, state, and local regulations. This project is critical for maintaining navigational safety in the area, as it addresses outdated infrastructure that supports maritime operations. Interested small businesses must submit their quotes by noon Eastern Time on September 18, 2024, via email to the primary contact, Tami Clark, at tami.n.clark@uscg.mil, and are encouraged to submit any questions in writing by September 11, 2024. The contract will be awarded as a Firm-Fixed Price agreement, and all bidders must have an active vendor record at SAM.gov to be considered eligible.
    Z--SEPTIC SYS. Q1443, Q1445, Q1447
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting bids for the replacement of septic systems at Quarters 1443, 1445, and 1447 located within the Fort Raleigh National Historic Site in Manteo, North Carolina. The project involves the installation of new septic tanks and drainfields to replace outdated and ineffective systems, ensuring compliance with North Carolina sanitation regulations and environmental standards. This initiative is crucial for maintaining the infrastructure of historic sites while promoting public health and environmental safety. Interested contractors must submit their proposals by September 13, 2024, at 1 PM EST, and are encouraged to attend a pre-proposal site visit on August 27, 2024. For further inquiries, contact Ashley Warcewicz at ashleywarcewicz@nps.gov.
    Y--HAFC FOMA EXHIBITS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the planning, design, fabrication, transportation, and installation of exhibit elements at the Hot Springs National Park's Hot Springs Mountain Tower under Solicitation Number 140P2124R0078. This opportunity is set aside for small businesses and focuses on creating engaging interpretive experiences that highlight the park's historical and environmental significance, adhering to accessibility standards and compliance with federal regulations. The total budget for this project is estimated between $198,000 and $228,000, with proposals due via email by September 9, 2024, and questions to be submitted by August 22, 2024. Interested contractors should contact Shelia Bender at DeeDeeBender@nps.gov or by phone at 304-535-6227 for further details.
    GRSM ROOF REPAIR OCONALUFTEE ADMIN BLDG
    Active
    Interior, Department Of The
    The Department of the Interior, National Park Service, is soliciting bids for a roofing repair project at the Oconaluftee Administrative Building within the Great Smoky Mountains National Park. The project involves the repair and replacement of the slate roof and flashing, requiring contractors to have extensive experience in slate roofing and to adhere to safety and environmental regulations. This total small business set-aside contract has an estimated value between $100,000 and $250,000, with a performance period of approximately 150 days from the notice to proceed. Interested contractors must submit their firm-fixed price quotes and supporting documents by September 12, 2024, at 3:00 PM EST, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, contact Marilia Mateo at mariliamateo@nps.gov or by phone at 305-242-7742.
    ROOF REPLACEMENT QUARTERS 1
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for the roof replacement project at Quarters 1, located at the Carolina Sandhills National Wildlife Refuge in McBee, SC. The project involves replacing the roof of the quarters, as well as a detached carport and garage, with an estimated cost under $25,000 and a performance timeline from September 23, 2024, to November 22, 2024. This initiative is part of the federal commitment to maintaining infrastructure within national wildlife refuges, ensuring safety and environmental stewardship. Interested contractors must submit their proposals, including pricing breakdowns and technical approaches, by the specified deadline, and are encouraged to contact Christina Mann at christinamann@fws.gov or 571-547-3499 for further inquiries. A site visit is scheduled for August 27, 2024, with questions due by August 29, 2024.
    FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of the Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with an estimated construction cost exceeding $10 million and proposals due by October 4, 2024.
    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.
    Canaveral National Seashore - NP SER PMS FY24(1)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Canaveral National Seashore pavement preservation project (NP SER PMS FY24(1)) in Florida. The project aims to enhance approximately 16.33 miles of roadways and parking areas using various preservation techniques, including micro surfacing and full-depth patching, while adhering to strict environmental guidelines to protect local ecosystems. This initiative is crucial for maintaining infrastructure within national parks, ensuring accessibility and safety for visitors. Bids are due by October 3, 2024, at 2:00 p.m., with an estimated contract value between $5 million and $10 million, and interested parties can contact Shirley A. Anderson at eflhd.contracts@dot.gov or 703-948-1407 for further details.