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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.