N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
ID: 140P8124B0011Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

INSTALLATION OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (N020)

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 Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at caroline_bachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The purpose of the Echo Bay Water Intake Barge Breakwater Modification project at Lake Mead National Recreation Area is to enhance the stability and functionality of the water intake barge by installing a new breakwater and wave attenuator system. The initiative responds to lowering water levels, which have exposed the barge to increased weather conditions. The project involves the design, fabrication, and installation of floating wave attenuators made from structural steel and concrete. Key components include anchoring systems, solar lighting, and maintenance clearances for vessels. Contractors are required to conduct site visits, maintain public access, and ensure compliance with environmental protections, particularly concerning invasive species. The project timeline spans a total of 60 calendar days for on-site construction, starting 30 days after the Notice to Proceed. Furthermore, safety protocols, including accident prevention planning and daily logs, are mandated to mitigate risks associated with construction operations. The initiative underscores the government's commitment to safeguarding public infrastructure while addressing environmental considerations.
    This document outlines the wage determination for heavy construction projects in Nevada, specifically Clark County, as governed by the Davis-Bacon Act. It specifies that contracts must comply with minimum wage requirements set by Executive Orders 14026 and 13658, applicable to contracts awarded or renewed after specified dates in 2022. The minimum wage rates listed are $17.20 for contracts after January 30, 2022, and $12.90 for those awarded between January 1, 2015, and January 29, 2022. Detailed wage rates for various labor classifications, including electricians, heavy equipment operators, ironworkers, and laborers, are provided, along with their corresponding fringe benefits. The document also explains the processes for classification requests and appeals regarding wage determinations. The emphasis on adherence to these wage rates and the rights of workers underscores the federal government's commitment to fair labor practices, particularly in federally funded construction projects. This file serves as a critical reference for contractors and workers involved in public construction initiatives in Nevada.
    The document serves as a reporting template for federal contracts, specifically addressing limitations on subcontracting. It details the necessary elements for contractors to report on amounts paid to both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS) during specified performance periods. Key sections include placeholders for Contract Number (PIID), Type of Set-Aside, Total Contract Value, and performance dates. The template is structured to allow for detailed financial disclosures concerning each subcontractor, including total payments made and calculations for limitations on subcontracting based on established percentages. The document emphasizes accountability in contract performance and compliance with federal regulations regarding subcontracting, ensuring that primary contractors meet their obligations while adhering to financial limits associated with subcontractor payments. It is designed to streamline the reporting process, ensuring clarity and accountability in governmental contracting practices. Overall, the template outlines crucial reporting requirements that facilitate transparency and oversight in the award and execution of federal contracts.
    The document outlines federal requirements under the Federal Acquisition Regulation (FAR) 36.211(b) that mandate agencies to detail their policies and procedures for definitizing equitable adjustments related to change orders in construction contracts. It emphasizes the necessity for agencies to provide information regarding the time taken to finalize these adjustments. For comprehensive guidance, the document directs readers to visit the Department of the Interior's website for the relevant acquisition policy on construction contracts. This framework is critical for ensuring transparency and efficiency in the management of changes during construction projects funded by federal sources, aligning with larger federal policy initiatives around accountability and effective contract management.
    The document is an amendment to a federal solicitation (No. 140P8124B0011) related to a contract originally issued by the National Park Service. The amendment serves to update the details regarding a site visit scheduled for August 21, 2024, at 9 AM, to be conducted at the Echo Bay RV Village Check-In and Store in Boulder City, NV. Attendees interested in participating in the site visit are required to pre-register by contacting Caroline Bachelier via email. The document outlines the protocols for acknowledging the amendment, including the necessity for acknowledgment submissions to be received by the specified deadline to avoid rejection of offers. Overall, the amendment addresses administrative updates relevant to the solicitation process and highlights the importance of compliance and communication among involved parties in government procurement.
    This document outlines Amendment 0002 to Solicitation No. 140P8124B0011, related to a contractor's responsibilities for a breakwater system project at Lake Mabo. It addresses various contractor inquiries, confirming that the contractor must remove and dispose of all floating items from the breakwater, while anchor blocks do not need to be removed and can be reused. The amendment also provides guidance on design specifications for structures concerned with high wind speeds, recommending a design speed of 60 mph while noting the need for safety measures for maximum expected wind conditions. Key questions regarding specifications, including wave attenuator equipment and navigation light requirements, are addressed, allowing contractors flexibility while ensuring safety standards are met. The amendment retains the bid due date of September 12, 2024, and specifies the bid opening will occur via Microsoft Teams 24 hours later. Overall, the document serves to clarify contract modifications, reaffirm project expectations, and facilitate effective bidding processes while maintaining compliance with regulatory standards.
    This amendment to solicitation number 140P8124B0011 addresses contractor inquiries related to the design and installation of floating wave attenuator systems for the National Park Service. Key points include acknowledgment procedures for the amendment, which must be filed before the deadline of September 12, 2024, at 1100 PDT. The amendment clarifies timelines, allowing for considerations on production and installation based on contractor feedback. However, it specifies that complete shutdown of existing facilities is not permissible, and onsite concrete casting is prohibited to prevent environmental contamination. Additionally, certification requirements for manufacturers and engineering stamps are deemed non-essential for qualification. A bathymetric survey of the area is available to assist in design, reinforcing the project's regulatory adherence and practical execution. This document reflects the government's efforts to streamline processes while maintaining necessary operational standards during project execution.
    This document serves as Amendment 0004 to solicitation number 140P8124B0011, primarily issued by the National Park Service, PWR - Lake Mabo. The amendment's main purpose is to extend the submission deadline for bids to October 16, 2024, at 2 PM. Additionally, it incorporates the FAR Clause 52.232-19, which pertains to the availability of funds for the upcoming fiscal year. All other terms and conditions of the original solicitation remain unchanged and in effect. Prospective contractors must acknowledge receipt of this amendment as specified, or risk rejection of their offers. This document is part of the procedural framework surrounding federal RFPs, ensuring compliance and clarity in the bid process for contractors engaging with federal agencies.
    The document outlines a Solicitation for Bids (IFB) for the Lake Echo Bay Breakwater Project, which is a competitive bid designed exclusively for small businesses. The funding for this construction project is estimated between $500,000 and $1 million, and it falls under NAICS code 237990, with a size standard of $45 million. A mandatory site visit is scheduled for August 21, 2024, to provide potential bidders with an overview of project requirements. All bids must be submitted electronically by a specified due date and include a bid guarantee, along with a completed Standard Form 1442 and acknowledgment of any amendments. The awarded contract will have a performance period commencing within 10 calendar days of receiving a notice to proceed and necessitates completion within 180 calendar days. Included clauses focus on compliance with construction wage rate requirements and environmental protections. The project emphasizes the government's commitment to utilizing small business concerns while adhering to strict construction and safety standards, making it crucial for contractors to comply with guidelines provided throughout the solicitation process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--Extend Public Launch Ramp at Hemenway Harbor - 332529, Lake Mead National Recre
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the construction of an extension to the public launch ramp at Hemenway Harbor in the Lake Mead National Recreation Area, Nevada. The project involves the in-water construction of approximately 1,100 linear feet of launch ramp, utilizing precast concrete panels, and requires significant excavation of soft sediment while maintaining partial operational capacity during a projected 730-day construction period. This initiative is part of the government's commitment to enhancing recreational facilities and is specifically designated for Indian Small Business Economic Enterprises (ISBEE), with an estimated project cost exceeding $10 million. Interested contractors must be registered in the System for Award Management (SAM) and possess a DUNS number, with the solicitation expected to be issued on or after September 26, 2024; for further inquiries, contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
    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.
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Chicago District, is seeking qualified small business contractors for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. The project involves essential repairs to existing exterior and shorearm extension breakwaters to stabilize these structures and ensure safe passage for vessels entering and exiting the harbor. This construction effort is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million. Interested bidders can expect the solicitation package to be available on the Procurement Integrated Enterprise Environment (PIEE) in November, with a response period of 30 days. For inquiries, contact Kyle Smith at (312) 846-5370 or via email at kyle.d.smith@usace.army.mil, referencing Solicitation Number W912P624B0015.
    Y--NEVADA - NYE COUNTY, NEVADA ASH MEADOWS NWR Design/Build Services
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (USFWS), is seeking qualified contractors for Design/Build Services related to the restoration of the Crystal Springs hydrological system at the Ash Meadows National Wildlife Refuge in Nye County, Nevada. The project involves the decommissioning and removal of three dams, remediation of hazardous materials, and the enhancement of visitor access through improved facilities and trails, all aimed at restoring ecological functions and benefiting diverse wildlife habitats. This initiative is significant for ecological restoration and public engagement within the refuge, with a contract budget exceeding $10 million and a performance period from September 2024 to February 2027. Interested parties should direct inquiries to Ian Young at ianayoung@fws.gov, and proposals will be evaluated under federal design-build procedures, with a notice to proceed anticipated in March 2025.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.
    Z--Arroyo Canal Fish Screen and Sack Dam Bypass Proje
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking potential vendors for the Arroyo Canal Fish Screen and Sack Dam Bypass Project in California, aimed at improving fish passage operations at Sack Dam. This significant construction initiative, categorized under NAICS code 237990, is crucial for the restoration of the spring-run Chinook salmon population in the San Joaquin River, following priorities established in the 2006 Settlement. The project entails extensive construction activities, including dewatering, installation of concrete structures, fish ladders, and habitable facilities, with an estimated budget ranging from $100 million to $200 million. Interested businesses are encouraged to submit their capabilities by September 24, 2024, and should provide detailed company information, qualifications, and bonding capacity. For further inquiries, potential vendors can contact Sydney Johnson at sgjohnson@usbr.gov or call 916-978-5431.
    Mountain Springs Potable Water Well Construction, Spring Mountains National Recreation Area, Humboldt-Toiyabe National Forest, Nevada
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the construction of a potable water well at the Spring Mountains National Recreation Area within the Humboldt-Toiyabe National Forest in Nevada. The project involves various tasks including mobilization, drilling an 8-inch well, casing, concrete grout sealing, and performance testing, with an estimated construction cost between $100,000 and $250,000. This initiative is crucial for developing sustainable water resources in a federally protected area, ensuring compliance with environmental regulations and public safety measures during construction. Proposals are due by September 23, 2024, at 5:00 p.m. Central Time, and interested contractors should direct inquiries to Mary Harding at mary.harding@usda.gov.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.