Sitka - Eastern Fence Boundry
ID: 140P9725R0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

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 quotes for the removal and replacement of approximately 650 linear feet of the East Boundary fence at Sitka National Historical Park in Alaska. The project involves replacing the existing wooden and plastic fence with a new 8-foot-high galvanized chain link fence with privacy slats, aimed at enhancing park security and preserving the natural and cultural resources of the area. This initiative is crucial for maintaining the integrity of the park while ensuring compliance with federal regulations regarding labor and materials. Interested contractors must acknowledge the amendment to the solicitation, comply with submission guidelines, and demonstrate relevant experience, with the contract value estimated between $100,000 and $250,000. The performance period is set from November 5, 2024, to February 3, 2025, and inquiries should be directed to Francisco Velasco at francisco_velasco@nps.gov or by phone at 907-644-3313.

    Point(s) of Contact
    Files
    Title
    Posted
    The Sitka National Historical Park is soliciting a contract for the removal and replacement of approximately 650 linear feet of the East Boundary Fence that has been compromised by high winds. The project entails replacing the existing wooden and plastic fence with a new 8-foot-high galvanized chain link fence with privacy slats, aimed at controlling unauthorized access and enhancing the park's viewshed and soundscape. The scope includes site preparation, demolition of the old fence, installation of new concrete footings, and erecting the new fence. Contractors are required to have experience in handling cultural and natural resources, and all work must minimize impacts on the historic environment. The planned performance period is 90 days, with work scheduled Monday through Friday from 8 AM to 4 PM. Site access is managed carefully to protect ongoing park activities and ensure public safety. By upgrading the fence, the project will provide long-term durability and reduce maintenance needs in the region's wet conditions, fulfilling essential preservation and safety objectives for the historical park. The document underscores the federal government's commitment to maintaining public land and protecting natural resources through structured project planning.
    The document is an amendment (0001) to Solicitation No. 140P9725R0001, issued by the National Park Service's Alaska Regional Office. The main purpose of this amendment is to inform potential contractors about changes made to the solicitation. Key updates include the addition of two attachments: a Statement of Work and a Wage Determination. These changes do not alter any other existing terms and conditions of the original solicitation. Contractors must acknowledge receipt of the amendment to ensure their offers are considered valid, and are required to comply with specific submission guidelines. The period of performance for the contract awarded from this solicitation is set from November 5, 2024, to February 3, 2025. This document emphasizes the necessity of timely acknowledgment and adherence to procedural requirements associated with federal contracting. Overall, this amendment is part of standard procurement practices within the federal government, aimed at ensuring transparency and clarity for contractors within the competitive bidding process.
    The National Park Service (NPS) is seeking construction quotes for the removal and replacement of the East Boundary fence in Sitka, Alaska. This initiative, classified as a Request for Quotation (RFQ) under the Federal Acquisition Regulations, remains unfunded but has high expectations for future financial availability. The contract, a firm fixed price type, is estimated to fall between $100,000 and $250,000, aiming to select a contractor that offers the best value based on price, technical capabilities, and prior experience. Potential contractors must demonstrate capability by providing evidence of past project experiences, particularly in culturally sensitive environments. They also need to comply with specific submission requirements, including a validated quote, bonding, and insurance, and must work primarily during regular hours. The project highlights the NPS's commitment to maintaining the integrity of its natural and cultural resources while ensuring compliance with federal regulations regarding labor and materials. Interested parties should direct inquiries to the designated contracting specialists for further clarification and must be registered in the System for Award Management (SAM) to qualify for bidding.
    The document presents the General Decision Number AK20240001 for wage determinations in construction projects across Alaska that are subject to the Davis-Bacon Act. It outlines wage rates and fringe benefits for various construction classifications, including Asbestos Workers, Boilermakers, Electricians, and Laborers, among others. Rates vary based on job classification and geographic location, particularly distinguishing between areas north and south of the 63rd parallel. Key points include the applicability of Executive Orders related to minimum wage, specifically Executive Order 14026 and Executive Order 13658, setting minimum rates based on contract date and renewal. The document also describes the process for requesting adjustments to classifications and rates that may not be listed. Furthermore, it emphasizes the importance of contractors adhering to prevailing wage standards, including sick leave provisions under Executive Order 13706. The comprehensive list serves stakeholders involved in federally funded construction projects, ensuring compliance with wage regulations and worker protections, and aims to guarantee fair compensation for labor involved in public works initiatives.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--GAOA - Kenai NWR Keen Eye Boardwalk Trail Project
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking small businesses to undertake the Keen Eye Boardwalk Trail Project at the Kenai National Wildlife Refuge in Alaska. The project involves the maintenance and replacement of an observation platform and the installation of helicals to support the platform, as well as the replacement of an existing timber boardwalk and observation deck with a new aluminum light-penetrating structure. This initiative is part of the Great American Outdoors Act and is crucial for enhancing visitor access and safety in the natural area. The solicitation is expected to be posted on or about October 23, 2024, with a project magnitude between $250,000 and $500,000, and interested contractors must register in SAM and direct inquiries to Samantha LaGue at samanthalague@fws.gov.
    Y--STLI 324873 Phase II Temporary Relocation of Ferry
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the "STLI 324873 Phase II Temporary Relocation of Ferry Embarkation and Security Screening Operations" project in Battery Park, New York. This construction project, set aside for qualified 8(a) small businesses, has an estimated budget between $5 million and $10 million and is classified under NAICS code 236220 for commercial and institutional building construction. The contractor will be required to adhere to federal regulations and guidelines, with a performance period scheduled from December 2, 2024, to June 30, 2025. Interested contractors must submit their sealed proposals by 12 Noon ET on October 22, 2024, and can direct inquiries to Marc Nguyen at marcnguyen@nps.gov or by phone at 720-448-1166.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of historic structures at Fort Yellowstone in Yellowstone National Park, under Solicitation No. 140P2024R0177. The project aims to restore and upgrade the exteriors of seventeen historic buildings, focusing on preserving their historical integrity while addressing necessary structural repairs, including roofing, masonry, and window restorations, in compliance with federal preservation standards. This initiative is crucial for maintaining the cultural heritage of the park while enhancing the facilities for operational use, with an estimated project value exceeding $10 million. Interested contractors must submit their proposals by November 4, 2024, and can contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--Source Sought Notice
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for the rehabilitation of the Painted Desert Community Complex located within Petrified Forest National Park, under project number PEFO 267538. The project aims to address structural deficiencies, restore historical features, and upgrade facilities to meet current standards, with an estimated construction cost exceeding $10 million. This initiative reflects the federal government's commitment to preserving national landmarks while enhancing visitor experiences and public engagement. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    SEKI 342662 Demolish Ranger Station, Sequoia & Kin
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the demolition of the Ranger Station at Sequoia & Kings Canyon National Parks in California, under solicitation number 140P2025Q0001. The project aims to safely remove the structure, including any hazardous materials, and restore the site for future use, emphasizing compliance with safety and environmental regulations. This initiative reflects the government's commitment to maintaining public health standards and ecological integrity within national parks. Interested contractors, particularly small businesses, must submit their proposals by the specified deadline, and for further inquiries, they can contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Alaska Environmental Fence-to-Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for the anticipated "Alaska Environmental Fence-to-Fence" project, which will provide comprehensive environmental compliance support services at various military installations in Alaska, Hawaii, and Wake Island. The project aims to address a wide range of environmental requirements, including hazardous waste management, air quality compliance, and pollution prevention, ensuring adherence to federal, state, and local regulations. Interested firms, both large and small, are encouraged to submit a capabilities package by November 15, 2024, to demonstrate their qualifications, with the contract expected to be awarded in June 2025, subject to funding availability. For further inquiries, interested parties may contact Jennifer Gosh or George Nasif via email.
    Z--HPTC SELECTIVE REPLACEMENT OF PALISADE WALLS
    Active
    Interior, Department Of The
    Presolicitation notice from the Department of the Interior, National Park Service, Washington Contracting Office, for the selective replacement of severely damaged pickets, king posts, and walers in the palisade walls at Fort Vancouver National Historic Site. The project also includes options for the replacement of South Gate Posts, Gates, additional King Posts, Pickets, South gate panels, gate posts (GPSW1, GPSW2, GPSE1, & GPSE2), and resetting one existing King Post. The service is for the repair and alteration of other non-building facilities.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    The National Park Service (NPS) will release a prospectus on September 3, 2024, soliciting proposals to award a ten (10) year concession contract to provide guide tours of historic buildings within the Kennecott Mines National Historic Landmark.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is set to release a prospectus on September 3, 2024, inviting proposals for a ten-year concession contract to provide guided tours of historic buildings at the Kennecott Mines National Historic Landmark in Alaska. The selected contractor will be responsible for delivering engaging and informative tours that highlight the historical significance of the site, which is a key attraction within the national park system. A site visit is scheduled for September 13, 2024, at 10:00 AM, allowing interested parties to familiarize themselves with the location and requirements; registration details can be found in the prospectus available on the NPS Commercial Services website. For further inquiries, potential bidders can contact Mark Keogh at markkeogh@nps.gov or David Lucas at davidlucas@nps.gov.
    19--65' MULTI-PURPOSE VESSEL - GLACIER BAY NP
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking proposals for the procurement of a 65-foot Multi-Purpose Response Vessel for Glacier Bay National Park, Alaska. The vessel must be a high-speed aluminum landing craft compliant with U.S. Coast Guard regulations, featuring a raised pilot house, a 45,000-pound deck capacity, and the ability to reach speeds of over 30 knots with a 400-mile operational range. This initiative is crucial for enhancing emergency response capabilities within the park, ensuring operational readiness in remote marine environments. Proposals are due by November 7, 2024, with a total small business set-aside, and interested parties should contact Ronald Bunch at ronaldbunch@nps.gov or 907-201-7719 for further information.