The National Park Service (NPS) Denver Service Center (DSC) is issuing a Pre-Solicitation Notice (PSN) for Request for Proposal (RFP) 140P2026R0001, project YOSE 215363. This RFP seeks construction services to replace the 50-year-old wastewater treatment plant at Tuolumne Meadows in Yosemite National Park, California. The project, estimated to be above $10 million, involves demolishing the existing plant and associated infrastructure, replacing disposal ponds with an enclosed holding tank, installing new force mains, and upgrading the recreational vehicle dump station and effluent spray field equipment. The contract will be a Firm-Fixed-Price (FFP), Stand-Alone Contract with a performance period of 2,190 calendar days. The solicitation will utilize Unrestricted Full and Open Competition procedures under FAR Part 15 and 36, emphasizing Best Value to the Government, considering non-price and price factors, and encouraging Small Business participation. The NAICS code is 237990, and the PSC is Y1ND. The RFP is anticipated to be issued electronically via SAM.gov as early as mid-October 2025, with a tentative Pre-Proposal Site Visit scheduled for October 22, 2025. Interested offerors must be registered in SAM.gov with an active UEI number.
The National Park Service (NPS) is issuing a Special Notice for an upcoming site showing at Yosemite National Park, CA, for the YOSE 215363 project. This project involves replacing the 50-year-old Tuolumne Meadows Wastewater Treatment Plant, including demolishing the existing facility, replacing disposal ponds with an enclosed holding tank, upgrading the force main, replacing the RV dump station, and installing new effluent spray field equipment. The solicitation is anticipated for October 16, 2025, with an in-person site visit scheduled for October 22, 2025, at 8:00 a.m. Pacific Time. Prospective offerors must provide their full name, company name, and email by October 17, 2025, to attend and receive access information. All vendors must have an active SAM registration and a UEI number to conduct business with the federal government. This notice aims to allow ample time for potential offerors to plan and view the site before winter conditions. No reimbursement will be provided for travel or information submission costs.
The Yosemite National Park project, YOSE 215363, involves replacing the obsolete Tuolumne Meadows Wastewater Treatment Plant (WWTP) with a new facility adjacent to the existing one. This project, detailed in a multi-volume specification, includes constructing new structures for influent pumping, liquid treatment, solids handling, odor control, and an operations building with office and laboratory space. A new RV waste dump station and SCADA systems are also part of the base scope. Optional work items include a new effluent pipeline and storage tank, pond access road, full restoration of the upper and lower ponds, and demolition of the old pump house. The project mandates maintaining the existing WWTP’s operation until the new plant is commissioned and demolished afterward. Construction is restricted to summer/fall seasons due to Tioga Road closures and requires extensive coordination for site use, public access, environmental controls, and utility management.
The Yosemite National Park project, YOSE 215363, outlines detailed specifications for replacing the obsolete Tuolumne Meadows Wastewater Treatment Plant. This multi-volume document covers general requirements, existing conditions, demolition, concrete work, metals, wood, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, fire suppression, plumbing, HVAC, electrical, electronic safety and security, earthwork, exterior improvements, utilities, process interconnections, material processing and handling, process gas and liquid handling, purification, storage equipment, pollution and waste control, and water and wastewater equipment. Key aspects include comprehensive demolition procedures, stringent hazardous material management (including asbestos, lead, PCBs, and ozone-depleting substances), environmental protection, and detailed technical specifications for all construction phases. The project emphasizes regulatory compliance, safety, and proper waste disposal, with specific roles assigned to various technical authors.
This document, Volume 3 of 4 of the project specifications for Yosemite National Park, outlines the requirements for replacing the obsolete Tuolumne Meadows Wastewater Treatment Plant. The project, identified as YOSE 215363, focuses on Divisions 21 through 39, covering fire suppression, plumbing, HVAC, electrical, earthwork, exterior improvements, and utilities. Key aspects include the design and installation of dry pipe fire sprinkler systems, vibration and seismic control for plumbing and HVAC, detailed electrical requirements, and various earthwork, paving, and utility infrastructure installations. The document emphasizes adherence to NFPA, AWWA, ASTM, and other relevant codes and standards, requiring strict quality assurance, qualified personnel, and comprehensive submittals for all phases of work. The overall goal is to modernize critical infrastructure at Yosemite National Park, ensuring safety, compliance, and environmental protection.
The Yosemite National Park project, YOSE 215363, focuses on replacing the obsolete Tuolumne Meadows Wastewater Treatment Plant. This comprehensive project encompasses detailed specifications across four volumes, covering general requirements, existing conditions, concrete, metals, wood, thermal and moisture protection, finishes, specialties, equipment, fire suppression, plumbing, HVAC, electrical, electronic safety and security, earthwork, exterior improvements, utilities, and process interconnections. Key aspects include design requirements for piping support systems, pipe heat tracing, and general process piping, adhering to various engineering and safety standards. The document outlines responsibilities of several authors for different sections, emphasizing quality assurance, seismic certification, and detailed submittal requirements for all phases of the project.
The document, dated March 19, 2025, appears to be a segment of a larger government file, likely related to a federal government RFP, federal grant, or state/local RFP. The primary focus of this specific excerpt is "Radio Antenna." While the context is limited, the repeated enumeration suggests a detailed listing or specification within a broader document. The presence of a date indicates a formal or official record. This segment is likely part of a technical specification or requirement for a project involving radio communication infrastructure.
The provided government file, dated March 2025, details construction plans for the Tuolumne Meadows WWTP within Yosemite National Park. The documents, identified by PMIS/PKG NO. 168247 and DRAWING NO. 215363, include a Piping Schedule (sheets 01G025 and 01G026) and a Table for Area Classification (sheet 01G027). The sheets are part of a larger set of 263. The project involves general construction work, with J Minor listed as the designer and S Garner as the technical reviewer. Daniel Robillard, a registered mechanical engineer in California (license 36246), approved the plans on March 20, 2025. This file likely represents a component of a federal government RFP or grant related to infrastructure development and maintenance within a national park.
The Tuolumne Meadows WWTP project in Yosemite National Park involves the demolition of existing sewage and effluent ponds, access roads, and associated infrastructure. Key tasks include removing sludge, liners, pipes (including a 6-inch force main via pipe bursting), and structures like the chlorine contact chamber and pump station. The project emphasizes maintaining the existing WWTP's operation until the new one is commissioned and coordinating all demolition activities with the Contracting Officer. Extensive grading, landscape restoration, and erosion control measures will be implemented, particularly around sensitive archaeological sites and the meadow. Temporary bypass piping will be installed to ensure continuous facility operation during construction, with careful consideration for access routes and environmental protection.
The document details standard construction specifications for the Tuolumne Meadows Wastewater Treatment Plant in Yosemite National Park, California, a project aimed at replacing an obsolete facility. It covers various engineering divisions, including concrete, structural reinforcement, and precast concrete elements. Key sections address waterstop applications for construction and expansion joints, detailed reinforcement requirements for openings, walls, slabs, and footings, and specifications for pipe encasement and equipment pads. The document emphasizes adherence to industry standards, such as ACI-318, for rebar placement, lap lengths, and anchorage. It also includes guidelines for concrete curbs, floor drains, adhesive dowels, and precast concrete wall connections. The project highlights the United States Department of Interior's commitment to modernizing critical infrastructure within national parks.
General Decision Number: CA20250018, effective September 26, 2025, supersedes CA20240018 and outlines prevailing wage rates for building, heavy, and highway construction, as well as dredging projects in various California counties. This document specifies compliance with Executive Orders 14026 and 13658, requiring minimum wage rates of $17.75 and $13.30 per hour in 2025, respectively, for federal contracts. It details wage rates and fringe benefits for numerous trades, including Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers, and Ironworkers, categorized by specific areas or counties. The document also includes detailed classifications for power equipment operators in general construction, dredging, landscape, piledriving, steel erection, and tunnel/underground work, with specific rates for different groups and areas. It emphasizes annual wage adjustments and conformance requests for unlisted classifications. Additional information on contractor requirements is available at www.dol.gov/whd/govcontracts.
The document outlines the Small Business Subcontracting Plan required for large business offerors on federal contracts exceeding $750,000 ($1,500,000 for construction). It details the fifteen elements mandated by FAR 19.704(a), including specific subcontracting goals for various small business classifications set by the National Park Service (NPS) for FY24. The plan requires offerors to establish dollar and percentage goals, identify subcontracted products/services, and outline methods for determining goals and identifying potential subcontractors. It also specifies the responsibilities of a Subcontracting Program Administrator, efforts for ensuring equitable opportunity for small businesses, and reporting requirements via the Electronic Subcontracting Reporting System (eSRS). The document emphasizes the prime contractor's commitment to timely payments, recordkeeping, and making a good faith effort to utilize small businesses, with signatures required from the Prime Contractor, Contracting Officer, Small Business Specialists, and the SBA Procurement Center Representative.
The Project Experience Questionnaire (Solicitation: 140P2026R0001) is a critical document for offerors to detail their experience on past projects relevant to federal government RFPs, grants, and state/local RFPs. It requires companies to list contractors (prime and subcontractors), their roles, trades, prices, and performance periods. The questionnaire focuses on specific elements: describing project work, identifying how past experience addresses solicitation requirements, explaining price and schedule changes, detailing encountered problems and their resolutions, outlining successful means and methods, and providing any additional relevant information. This ensures a comprehensive evaluation of an offeror's capabilities and problem-solving skills for future government projects.
The Past Performance Questionnaire (Solicitation No. 140P2026R0001) is a critical document for federal government RFPs, designed to gather comprehensive performance data on offerors' past projects. This questionnaire requires offerors to complete sections detailing company and contract information, which is then sent to references for evaluation. References must complete sections rating the offeror's performance across various categories including quality, schedule, cost control, management, small business subcontracting, and regulatory compliance, with defined rating definitions (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory). The information collected is deemed 'Source Selection Sensitive' and cannot be used for advertising. The document also includes an overall recommendation section and specifies a return date of January 5, 2026, to the Contracting Officer at the National Park Service – Denver Service Center.
The General References form requires offerors to provide comprehensive contact and account information for their surety, corporate banks, insurance company, subcontractors, and material suppliers. This document is crucial for government RFPs, federal grants, and state/local RFPs, as it allows the government to assess an offeror's financial stability, past performance, and operational relationships. Offerors must disclose any less-than-satisfactory relationships with references, detailing corrective actions taken or planned. Failure to be candid can lead to an unfavorable assessment of their past performance. The form ensures transparency and helps the government make informed decisions regarding contractor suitability.
The document lists individuals—Mark Ethridge, Joshua McCandless, and Garrett Chun—and indicates that their respective
This government file, "Prebid Clarifications Amendment 02," details critical updates and clarifications regarding the usage and conditions of several staging areas for a federal government project. The document outlines specific restrictions and shared access protocols for Staging Area #1 (May Lake), Staging Area #2 (Existing WWTP), and Staging Area #3 (Parson's Lodge Parking Lot). Notably, a concrete batch plant is no longer permitted at May Lake, and its use is contingent on Option C being awarded. A new Staging Area #4 (Concessionaires Parking Lot) is introduced, allowing for RV parking but lacking water/electrical access. Across all staging areas, the contractor is required to restore them to their original condition and take pre-construction photos, emphasizing accountability and site preservation. The document is crucial for contractors bidding on the project, providing essential information to ensure compliance and proper planning regarding site logistics and resource allocation.
Amendment 0001 to solicitation 140P2026R0001, issued by NPS, DSC Contracting Services Div, modifies the original solicitation. Key changes include adding a site visit log and readable pages 25-27 of drawings. Additionally, the Contracting Officer has been changed from Justin Bowers to Mark Barber, with contact information provided as Mark_barber@nps.gov. Offerors must acknowledge receipt of this amendment by the specified hour and date through completing items 8 and 15 and returning copies, acknowledging on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in rejection of the offer.
Amendment 0002 to solicitation 140P2026R0001, issued by NPS, DSC Contracting Services Div, on October 16, 2025, clarifies questions from a pre-bid site visit. This amendment modifies the original solicitation by adding "Attachment 19" to address these clarifications. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies, or by separate communication. Failure to acknowledge prior to the specified hour and date may result in rejection of the offer. This document emphasizes the importance of acknowledging changes to ensure compliance and proper consideration of submitted offers, with Mark Barber as the Contracting Officer.
The National Park Service (NPS) is issuing a Request for Proposal (RFP) 140P2026R0001 for the replacement of the Tuolumne Meadows Wastewater Treatment System, identified as YOSE 215636. This acquisition is a full and open competition with a construction magnitude exceeding $10,000,000. The project has a performance period from June 3, 2025, to June 30, 2033, requiring performance to begin within 10 calendar days and completion within 2190 calendar days after notice to proceed. Offerors must submit proposals by January 7, 2026, and an offer guarantee is not required. A pre-proposal site visit is mentioned in Section L, which also outlines proposal submittal requirements and amendment acknowledgment procedures. The contractor will be required to furnish performance and payment bonds.
This government solicitation, 140P2026R0001, issued by the National Park Service (NPS) – Denver Service Center (DSC) on October 16, 2025, outlines the requirements for replacing the Tuolumne Meadows Wastewater Treatment Plant (WWTP) in Yosemite National Park, California. The project involves constructing a new plant adjacent to the existing 50-year-old facility, which serves a 500-site campground, lodge, store, ranger station, day-use parking, and visitor center, handling up to 60,000 gallons per day. Key components of the project include Southern California Edison design and improvements, demolition, civil and landscaping work, site electrical, and the construction of several buildings such as the Influent Pump Station, two Process Buildings, Dewatering Building, and Operations Building. Additional services are available as options. The contract specifies a firm-fixed-price offer, a 2,190-calendar-day completion period with liquidated damages of $8,232 per day for delays, and strict adherence to inspection, quality, and performance standards. It also details invoicing procedures via the Invoice Processing Platform (IPP) system, key personnel requirements, and various federal acquisition regulations concerning ethics, security, telecommunications equipment, and environmental compliance.