Z--Replace Radio Tower and Concrete Foundation - Lake Mead National Recreation Are
ID: 140P8125B0006Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Z2BG)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of a radio tower and concrete foundation at the Mount Perkins Communications Site within the Lake Mead National Recreation Area. The project involves the demolition of an existing 20-foot tower and the installation of a new 40-foot self-supporting tower, requiring careful logistical planning due to the site's remote location and the need for helicopter transportation of materials. This initiative is crucial for enhancing communication infrastructure within the park, ensuring reliable services for both park operations and visitor safety. Interested contractors should note that the estimated project cost ranges between $250,000 and $500,000, with a performance period from July 21, 2025, to December 31, 2025. For further inquiries, contact Bradley Metler at Bradley_Metler@nps.gov.

    Point(s) of Contact
    Metler, Bradley
    Bradley_Metler@nps.gov
    Files
    Title
    Posted
    The document pertains to a project overseen by the National Park Service (NPS) for the construction of a new communications tower at the Mount Perkins site in the Lake Mead National Recreation Area, Boulder City, Nevada. The project entails the demolition of an existing 20ft tower and the installation of a 40ft self-supporting tower. Key tasks include the transportation of government-furnished materials, the installation of a new concrete foundation, and the connection of a new cable bridge. Strict safety, quality, and environmental standards must be adhered to, with requirements for photographic documentation and verification of existing conditions. The site will be closed to the public during construction and has specific regulations regarding vendor access and use of the site. The contract performance period is set for 120 calendar days post-notice to proceed. Overall, this project focuses on enhancing communication capabilities in a national park setting while ensuring compliance with federal guidelines and maintaining environmental integrity.
    The Lake Mead National Recreation Area project, PMIS No. 323048, involves the replacement of an existing 20ft communications tower at the Mount Perkins Communications Site with a new 40ft self-supporting tower. Spanning an elevation of roughly 5,500ft, the site will require careful logistical planning, including helicopter transportation for materials as the location is approximately one mile from road access. The project's outlined tasks include the demolition of the old tower, foundation work, and installing new equipment while adhering to safety and environmental regulations. The project aims to ensure minimal impact on park resources and compliance with the National Park Service’s regulations, emphasizing safety, quality assurance, and environmental protection throughout the construction process. The anticipated completion period is 120 calendar days from the Notice to Proceed. All activities are to be documented throughout the process, ensuring both governmental oversight and adherence to safety and quality standards. This project exemplifies the government's ongoing commitment to maintaining and upgrading critical communication infrastructure within protected environments while ensuring public safety and ecological preservation.
    The Lake Mead National Recreation Area is initiating a project to replace the Mount Perkins Communications Tower and cable bridge. This involves removing the existing cable bridge and re-routing or encapsulating the existing power cable conduit within a new foundation. The project aims to enhance infrastructure while ensuring the reliability of communications within the park. The provided site overview photographs likely serve as visual references for the existing conditions prior to the commencement of the project. This undertaking highlights the federal government's investment in improving recreational area facilities, emphasizing adherence to safety and operational standards. Overall, the project is part of broader efforts to maintain and upgrade essential services within national recreation areas.
    The document outlines a Bill of Materials (B.O.M.) for a 40-foot model 2400 SRWD self-supporting tower, intended for a project at Mount Perkins, AZ, for the customer, CommDex LLC. It includes detailed packing information, component descriptions, part numbers, and quantities required for assembly. Key components consist of two different 20-foot tower sections, safety climb equipment, an anchor bolt assembly, and various hardware items such as bolts and washers. The packaging details and total weights are also specified, emphasizing logistical considerations for delivery and assembly. This B.O.M. is critical for ensuring all necessary materials are accounted for in alignment with the project requirements outlined in government RFPs and grants. The document exemplifies procedural compliance and proper inventory management essential for successful project execution.
    The Structural Design Report for a 40' 2400 SRWD Freestanding Tower, prepared for COMMDEX LLC by Sabre Industries, outlines key design and load specifications essential for constructing a tower at Mount Perkins, AZ. The report includes details about the foundation design, which assumes a bearing capacity of 2500 psf based on clay soil conditions, emphasizing the necessity to verify soil parameters before foundation installation. The design stipulates a concrete compressive strength of 4,500 psi and includes precise guidelines for rebar placement and treatment. Maximum loads are documented, detailing leg, diagonal, and foundation loads, essential for ensuring structural stability. Additionally, all relevant calculations and schematics are covered, ensuring a comprehensive understanding of the structural integrity and compliance with safety standards. This report serves as a crucial resource for stakeholders involved in the planning and execution phases of the tower project, aligning with best practices typically required in government RFPs and grants for construction projects.
    The document details the wage determination for heavy construction contracts in Mohave County, Arizona, under General Decision Number AZ20250058, effective February 7, 2025. It specifies minimum wage rates workers must be paid, influenced by Executive Orders 14026 and 13658, depending on the contract's award date and renewal status. For contracts entered after January 30, 2022, the minimum wage is $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour. It includes classifications and wage rates for various roles, such as electricians, power equipment operators, and laborers, detailing both pay rates and fringe benefits. Additionally, the document discusses compliance with the Davis-Bacon Act and the Executive Order on paid sick leave for federal contractors, delineating requirements for employee protections. It also describes the appeal process for wage determination disputes through the U.S. Department of Labor. Overall, the document serves to inform contractors of their obligations regarding worker compensation and compliance with federal labor laws when bidding on government contracts in the specified region.
    The document outlines the financial reporting requirements for a federally funded contract, specifically focusing on limitations imposed on subcontracting under the Small Business Administration (SBA) regulations. It details the type of service provided, the total contract value, the performance period from October 1, 2023, to September 30, 2028, and the financial contributions made to both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS). Each task order must be reported separately, capturing payments made to all subcontractors involved through a structured formula that calculates the percentage of funds allocated to SSS versus NSS. This structured reporting is meant to ensure compliance with federal policies aimed at supporting small businesses in obtaining government contracts. The document emphasizes transparency by requiring ongoing reporting of payments to various subcontractors throughout the contract's duration, helping to track adherence to the set-aside provisions established in the contract. Overall, the intent is to facilitate accountability in the distribution of government funds while supporting small business engagement in federal procurement processes.
    The document outlines the requirements for Construction Contract Administration as mandated by the Federal Acquisition Regulation (FAR) 36.211(b). Agencies are required to describe their policies and procedures concerning the definitization of equitable adjustments for change orders in construction contracts, including the timeframe necessary to finalize these adjustments. The relevant information and additional resources on this topic can be accessed through the provided link to the Department of the Interior's acquisition policy page. This document is crucial for governing the management of change orders in construction projects, ensuring transparency and standardization in federal contract administration practices.
    The document serves as an amendment to solicitation number 140P8125B0006 concerning the replacement of a radio tower and concrete foundation at Lake Mead National Recreation Area. The amendment outlines the requirements for contractors to acknowledge receipt of the amendment and clarifies several operational details regarding the project. Key points include that the existing tower must be demolished before the new one is installed, with certain responsibilities assigned to National Park Service (NPS) personnel, such as antenna installation and disposal of old equipment. The amendment also addresses logistical considerations, such as site storage for job trailers and the availability of a forklift for equipment loading. The period for project performance spans from July 21, 2025, to December 31, 2025. Overall, this document ensures contractors are aware of their responsibilities and the procedures related to the project while solidifying timelines and project scope.
    This document pertains to Amendment #2 of a solicitation related to the National Park Service (NPS) regarding a project in Boulder City, Nevada. It details the requirements for acknowledgment of the amendment by offerors, stating that failure to acknowledge it prior to the specified deadline could result in the rejection of offers. The document specifies that the solicitation is not extended and outlines the period of performance for the project, which runs from July 21, 2025, to December 31, 2025. Additionally, it includes a section of questions and answers from bidders, addressing key project specifics, such as overnight vehicle parking in the staging area, the wire size used for solar panel connections, and clarifying that antenna reinstallation is not part of the contract's scope. This summary emphasizes the importance of adhering to submission protocols and clarifies responsibilities regarding equipment reinstallation, reflecting the nature of government procurement processes. Overall, the amendment formalizes critical updates related to project execution and contractor obligations.
    The document is an amendment notice for a federal solicitation, specifically Amendment #3 for contract ID 140P8125B0006. It outlines the protocols for acknowledging the receipt of this amendment, which affect the receipt and modification of offers. The amendment states that the opening date for offers is not extended and includes specific details about the period of performance, which is set from July 21, 2025, to December 31, 2025. Additionally, there is a Q&A section addressing a bidder's inquiry about foundation design, confirming that alternative engineered foundations can be proposed to match existing conditions. It emphasizes the importance of verifying soil parameters before construction and maintains that all other terms and conditions of the initial solicitation remain unchanged. The effective date of this amendment is noted, as well as the qualifications for the contractor's signatures.
    The document outlines a government Solicitation for Bids (IFB) for the project "Replace Radio Tower at Mt. Perkins, Lake Mead NRA, Mojave County, AZ." The estimated cost of the project is between $250,000 and $500,000, fostering opportunities specifically for small businesses with an average annual receipt limit of $45 million. The project requires that bids be submitted electronically, and outlines requirements such as providing performance and payment bonds. The contractor is expected to begin within 10 calendar days after receiving the notice to proceed, with a performance period extending from July 21, 2025, to December 31, 2025. A detailed Statement of Work is included to clarify project expectations. Key sections cover eligibility, required documentation, bid submission, and obligations related to compliance with federal regulations. Notably, contractors must adhere to small business limitations, and invoices must be submitted through the U.S. Department of Treasury's Invoice Processing Platform. The document serves the dual purpose of inviting contractors while ensuring compliance with federal contracting standards, illustrating the government's ongoing commitment to transparency and small business engagement in governmental projects.
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the Park Lake Dam Rehabilitation project located in the Helena Lewis & Clark National Forest in Montana. The project entails a comprehensive scope of work, including clearing and grubbing, deconstruction of the existing dam, construction of a new dam with a seismic foundation, hydraulic seepage control, and road reconstruction, all to be completed by October 31, 2027, over two field seasons. This rehabilitation is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors are encouraged to inspect the project site prior to the solicitation, which is anticipated to be issued by January 2026. For further inquiries, potential bidders may contact Lisa Rakich at lisa.rakich@usda.gov or Reid Stovall at reid.stovall@usda.gov.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.