Reroof Diamond X Ranch Maintenance Shop, SAMO
ID: 140P8625Q0011Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting bids for the reroofing of the Diamond X Ranch Maintenance Shop located in the Santa Monica Mountains National Recreation Area, California. The project involves replacing the roofs of the main center and east sections of the shop, requiring contractors to provide all necessary labor, materials, supervision, and equipment, while adhering to federal regulations, including the Davis-Bacon Act for wage determinations. This initiative is crucial for maintaining government infrastructure and ensuring public safety, with an estimated project cost between $100,000 and $250,000, and a completion timeline of 35 days post-Notice to Proceed. Interested small businesses must submit their quotations by the specified deadline and can contact Quinn Rankin at quinn_rankin@nps.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Santa Monica Mountains National Recreation Area has issued a Statement of Work (SOW) for the re-roofing project at the Diamond X Ranch Maintenance Shop, located at 26412 Mulholland Drive, Calabasas, CA. The purpose is to replace aging roofs on the main and east sections of the shop using similar materials. Specific tasks include the removal and disposal of existing roofing, replacement of damaged sheathing, installation of new roofing panels, and repair of skylights. All work must comply with state and federal regulations and be conducted by a licensed contractor who ensures proper safety precautions and accountability for property protection. Key deliverables require the contractor to provide a schedule within five days of the award and complete all work within 35 days after receiving the Notice to Proceed. A warranty for the roofing and a five-year performance guarantee against defects are also mandated. The contractor is responsible for ongoing safety measures and maintaining secure worksites throughout the project duration, emphasizing public safety and compliance with OSHA standards. This RFP exemplifies federal initiatives to maintain infrastructure and comply with safety and environmental regulations in government properties.
    The document outlines the project for replacing the roofs of the Diamond X Maintenance Shop in the Santa Monica Mountains National Recreation Area, California. It specifies all the necessary work, including the removal of existing roofing materials, installation of new plywood, metal roofing panels, and skylight maintenance. Contractors must comply with California licensing requirements, adhere to building codes, and follow safety standards, including OSHA regulations. The project is also subject to "Davis-Bacon" prevailing wage laws. Key project elements involve maintaining access for emergency vehicles, avoiding damage to historic and natural features, and conducting operations with minimal public disruption. The contractor is responsible for detailed project scheduling and must submit progress updates. The successful completion timeline is set for 35 days post-Notice to Proceed, with a focus on maintaining safety and compliance with applicable laws during the construction process. This project reflects governmental priorities of preserving heritage and ensuring public safety while enhancing public facilities.
    The document is an updated wage determination related to construction projects in Los Angeles County, California, published under General Decision Number CA20250022 on January 24, 2025. It specifies prevailing wage rates and fringe benefits for various labor classifications involved in building, heavy, dredging, and highway construction. This wage determination is in accordance with the Davis-Bacon Act and relevant executive orders, which mandate the payment of minimum wage rates for covered contracts. Key elements include different wage rates for specific job classifications, such as electricians, carpenters, laborers, and operators, with rates adjusted annually. The document also outlines requirements for compliance with executive orders and provides information on premium pay for hazardous work, specific locations, and additional payment rates based on regional differences and working conditions. Overall, the purpose of the document is to ensure that contractors adhere to fair wage practices in federally funded projects, facilitating equitable labor standards across the construction industry. Compliance with these determinations is essential for contractors participating in state and local government RFPs and grants.
    The document RFQ 140P8625Q0011 pertains to the reroofing of the Diamond X Ranch Maintenance Shop within the Santa Monica Mountains National Recreation Area. Its primary purpose is to solicit quotations from contractors, providing a structured form for bidders to submit general references required by the federal government. The references requested include details about financial institutions, subcontractors, and material suppliers, such as names, addresses, contact information, and the nature of their specialized work or materials offered. The form emphasizes the need for accurate and complete information, ensuring that all necessary contacts are provided, which is essential for the evaluation and potential award of the contract. This document exemplifies the procedural framework inherent in government Requests for Quotations (RFQs), ensuring adherence to formal requirements and facilitating the selection process for contractors.
    The RFQ 140P8625Q0011 pertains to the reroofing of the Diamond X Ranch Maintenance Shop within the Santa Monica Mountains National Recreation Area. Quoters are required to provide their business details, including name, address, contact information, and proposed team structure, specifying whether they will self-perform or use subcontractors for the project. The document emphasizes the importance of listing any proposed subcontractors along with their respective trades. Additionally, quoters must present a List of Relevant Experience, detailing past projects that demonstrate their ability to undertake similar work. Each listed project should include the title, contract number, agency or owner, financial value, performance period, a description aligning the experience with current requirements, and references for past performance. The document serves as a directive for potential contractors, outlining the necessary submissions for consideration in response to the RFQ, reflecting federal procurement standards and requirements for demonstrating capability and experience in similar construction tasks. This structured approach ensures that all submissions are evaluated fairly and comprehensively based on relevant expertise and project management history.
    The National Park Service (NPS) is soliciting bids for reroofing the Diamond X Ranch Maintenance Shop located in Santa Monica Mountains National Recreation Area. The project entails replacing the main center and east section roofs with similar materials, requiring all labor, materials, supervision, and equipment necessary for the completion of the work. The estimated cost for this project falls between $100,000 and $250,000. It is a Total Small Business Set-Aside, meaning only small business quotations will be considered. The timeline specifies that contractors must begin work within 10 calendar days after receiving the notice to proceed and complete it within 35 days. Key requirements include adherence to Davis-Bacon wage rates, establishment of a site-specific safety and health plan, and proper inspection and acceptance protocols. Contractors must also submit daily logs of work performed. A site visit is scheduled, and contractors are encouraged to ask questions via email. Quotations must be submitted in full by a specified deadline. This document highlights federal guidelines for ensuring compliance with labor regulations while emphasizing the need for competitive bidding among small businesses, reflecting the government’s focus on promoting local economies and fair labor practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--YOSE REPLACE WELCOME CENTER ENTRY DOORS
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking a contractor to replace the entry doors at the Welcome Center in Yosemite National Park, California. The project involves demolishing the existing doors and installing two pairs of aluminum storefront doors with associated hardware, addressing safety and accessibility concerns, including the installation of panic hardware. This procurement is set aside for small businesses, with a contract value estimated between $25,000 and $100,000, and proposals are due by approximately March 3, 2025. Interested parties should contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further details and ensure they are registered in the System for Award Management (SAM) prior to submission.
    FY25 HAVO Roofing Materials
    Buyer not available
    The National Park Service (NPS) is seeking quotations for roofing materials and related services for the Hawaii Volcanoes National Park as part of the FY25 HAVO Roofing Materials project. This procurement is a Total Small Business Set-Aside under the NAICS code 332322, focusing on sheet metal work manufacturing, and requires compliance checks for invasive species along with specific delivery deadlines set for April 30, 2025. The goods and services are crucial for maintaining the park's infrastructure and ensuring the safety and accessibility of its facilities. Interested contractors must submit their quotes by February 14, 2025, and are required to be registered on SAM.gov to be eligible for award consideration. For further inquiries, potential bidders can contact Lei Yang at leiyang@nps.gov or call 671-688-0187.
    Z--LAKE - AIRPLANE HANGER DOOR CONVERSION
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the conversion of the cable lift system to a hydraulic strap lift system for two bifold hangar doors at Boulder City Airport in Nevada. The project involves the removal and disposal of existing steel cable systems, installation of a new strap lift system, and necessary modifications to the structures, all while ensuring compliance with applicable building codes and safety regulations. This initiative is crucial for maintaining the infrastructure of the airport and enhancing operational safety in alignment with federal standards. Interested contractors must submit their sealed quotes by February 20, 2024, at 2:00 PM PST, and are encouraged to direct inquiries to Caroline Bachelier at carolinebachelier@nps.gov. The estimated construction magnitude is between $25,000 and $100,000, and the project is designated as a total small business set-aside.
    Replace Windows Building 1199 - GOGA
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of windows in Building 1199 at the Golden Gate National Recreation Area. The project involves the removal and installation of multiple windows, including specific dimensions for each, with a focus on restoring the building's aesthetic and functional quality while adhering to federal and state regulations. This initiative is part of the government's commitment to maintaining national park facilities and ensuring compliance with labor standards, as the project is set aside for small businesses under NAICS code 238150, with an estimated cost between $25,000 and $100,000. Interested contractors must submit their proposals by March 4, 2025, and are encouraged to attend a site visit scheduled for February 19, 2025; for further inquiries, contact Quinn Rankin at quinnrankin@nps.gov.
    Z--HUTR REPLACE 8 RESIDENTIAL GARAGE DOORS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of eight residential garage doors at the Hubbell Trading Post National Historic Site in Ganado, Arizona. The project requires contractors to provide all necessary materials and labor, ensuring compliance with specifications for energy efficiency, insulation, and wind resistance, with a focus on motorized doors featuring remote access. This procurement is significant for maintaining the historic site's facilities and is set aside exclusively for small businesses, with a budget between $25,000 and $100,000 and a completion timeline from April 1 to December 31, 2025. Interested contractors must submit their quotes electronically by January 27, 2025, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov or by phone at 719-470-8678.
    LANDS-REDW 12-187 SURVEY
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors to provide professional land surveying services for boundary surveys at Redwood National Park in California, specifically for tracts 12-89, 12-90, and 12-91. The project aims to establish boundaries, mark lines, and investigate potential encroachments from adjacent private properties, ensuring compliance with federal and state regulations. This procurement is critical for effective land management and preservation within the National Park System, contributing to the protection of natural resources and historical markers. Interested small businesses must submit their quotes by February 20, 2025, with questions due by February 11, 2025, and can contact Luis Cibrian at luiscibrian@nps.gov for further information. The total budget for this project is approximately $19 million, with a contract period expected from February 25, 2025, to December 5, 2025.
    CHIRICHAHUA NATIONAL MONUMENT (CHIR) requires the
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the Fuel Island and Tanks at Chiricahua National Monument in Arizona. This procurement requires contractors to provide all necessary labor, materials, and equipment as detailed in the solicitation, with a focus on adhering to federal regulations regarding labor standards, safety, and environmental protocols. The project is crucial for maintaining the infrastructure of the national monument, ensuring the preservation of its historical and natural resources. Interested contractors must attend a mandatory site visit on February 20, 2025, and submit their quotes by March 7, 2025, with work expected to commence shortly after award notification and be completed by June 10, 2025. For further inquiries, contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294.
    VA HARRISON LAKE NFH VC ROOF
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the reroofing of the Visitor Contact Station at the Harrison Lake National Fish Hatchery in Virginia. The project entails replacing the existing roof, which covers approximately 2,600 square feet, with new asphalt shingles, including the removal and offsite disposal of the current roofing materials. This initiative is crucial for maintaining the facility's integrity and ensuring compliance with safety and environmental regulations, including adherence to federal labor standards. Interested contractors must attend a mandatory site visit on February 10, 2025, submit questions by February 12, 2025, and provide quotes by February 21, 2025, with the contract period running from March 17, 2025, to June 30, 2025. The estimated project cost is less than $25,000, and inquiries can be directed to Bill Koski at williamkoski@fws.gov.
    Replace Basement Carpet for Stones River National
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking qualified contractors to replace the basement carpet and repaint the walls of the Stones River National Battlefield Visitor Center. The project entails the removal of approximately 1,500 square feet of outdated carpet and repainting about 1,120 square feet of wall space, with an emphasis on using recycled-content carpet squares for easier future maintenance. This refurbishment is crucial for maintaining the visitor center's functionality and aesthetic appeal, as it has not been updated since 2004. Interested contractors must submit their quotes by February 7, 2025, and are encouraged to attend a site visit on January 28, 2025. For further inquiries, potential bidders can contact Dallas Harper-Staub at dallasharper-staub@nps.gov or by phone at 256-986-0815.
    Y--YELL 338221 - Bridge Preservation - 5 Bridges
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a bridge preservation project involving five bridges in Yellowstone National Park. The project encompasses various restoration tasks, including spall repair, crack sealing, hydrodemolition, and structural steel painting, with an estimated construction cost ranging from $1 to $5 million. This initiative is crucial for maintaining the integrity of park infrastructure while ensuring the protection of sensitive resources during construction. Interested businesses must submit their qualifications, bonding capacity statements, and relevant experience by February 6, 2025, to Shellie Murphy at shelliemurphy@nps.gov or by phone at 720-610-2690.