56--LAKE Replace & Construct Fencing Parkwide
ID: 140P8125B0011Type: Solicitation
AwardedSep 16, 2025
$696.2K$696,151
AwardeeVETERANS CONSTRUCTION AND DESIGN INC. 755 ENCINO DR Morgan Hill CA 95037 USA
Award #:140P8125C0008
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Replace & Construct Fencing Parkwide" project at Lake Mead National Recreation Area. The project involves inspecting and repairing approximately 24,000 linear feet of existing fencing, installing around 4,500 linear feet of new chain-link fencing, and adding six new vehicle gates across various locations within the park. This initiative is crucial for maintaining security and operational efficiency at water and wastewater facilities, ensuring compliance with safety and environmental standards. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their bids electronically by July 18, 2025, with a scheduled electronic bid opening on July 21, 2025. For further inquiries, Caleb Overbaugh can be contacted via email at caleb_overbaugh@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Lake Mead National Recreation Area project focuses on replacing security fencing for water and wastewater facilities across multiple locations including Katherine Landing, Cottonwood Cove, Willow Beach, and Boulder Beach. This initiative covers inspecting existing fences, acquiring materials, and installing or repairing chain-link fences, vehicle, and pedestrian gates. The work will span seven distinct areas, with specific instructions for each site detailing the lengths of fencing to be repaired or replaced and the associated gates. The contractor will need to adhere to strict safety and quality requirements, including compliance with park regulations and environmental standards. Essential project management aspects are outlined, such as submittal procedures, scheduling, and safety plans, with a performance timeline of 180 calendar days following the Notice to Proceed. The project emphasizes the importance of maintaining safety, quality, and compliance to ensure the project meets federal and local government standards within the National Park Service's framework, reflecting a commitment to protect both human and environmental safety during construction activities.
    The document outlines a federal government project for the installation and repair of chain-link fencing at various water treatment and lifting stations across multiple locations. The main tasks include installing new fences, vehicle gates, pedestrian gates, and shrub removal, as well as repairing existing fences and gates. The schedule details units and estimated quantities required for each type of work at sites like Cottonwood Cove, Willow Beach, Echo Bay, and several lift stations. Each project is designed to enhance security and functionality at these essential facilities. The document serves as a structured reference for contractors responding to the RFP, ensuring clarity around project specifications for federal, state, and local compliance.
    The document outlines the requirements of the Federal Acquisition Regulation (FAR) 36.211(b), which mandates that agencies describe their policies and procedures related to definitization of equitable adjustments for change orders in construction contracts. It emphasizes the need for data on the time required to definitize these adjustments, reflecting the federal government's commitment to transparency and efficiency in construction project management. The relevant policies and procedures can be accessed through the provided DOI link, which directs users to the Department of the Interior's acquisition policy page. This document serves as an essential reference for federal, state, and local agencies involved in construction contracting, ensuring compliance with federal standards while facilitating effective contract management.
    This document outlines a government contract report detailing financial transactions between the government and subcontractors during a specified performance period. It includes information on contract numbers, set-aside types, total contract values, and task orders, with an emphasis on payments made to both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS). The report aims to assess compliance with subcontracting limitations and provides calculations to determine the percentage of subcontracting. The data is presented in a structured format, enabling oversight of financial distributions to primary contractors and their subcontractors over multiple task orders. Ultimately, this report supports transparency and accountability in federal contracting processes, aligning with principles governing RFPs, grants, and local procurement activities.
    The document provides responses to questions regarding Solicitation No. 140P8125B0011 for the replacement and construction of parkwide fencing at Lake Mead. It clarifies that modifications for unforeseen lengths of fencing will not be accepted post-award, and work may commence later in the year as long as it is completed within the stipulated period. Specific fencing details, such as the length at Cottonwood lagoons (412 ft) and the types of fences required (chain-link with barbed wire), are outlined. Vegetation management rules state that minimal vegetation may be removed, only where necessary, and all salvaged materials must be properly disposed of. Importantly, the document confirms that no site security is needed overnight, no erosion controls are required, and multiple teams can work simultaneously. Photographs of repair sites will be provided to aid bidders, and the bid due date may be adjusted to allow adequate preparation time. No existing geotechnical reports are available, and no ground rods will be required for the installation. The clarity offered in these Q&A points ensures compliance and understanding for contractors involved in the project, demonstrating the government's structured approach to project management and communication with potential bidders.
    The Lake Mead National Recreation Area is seeking proposals for a project to replace security fencing around water and wastewater facilities across multiple locations. This includes installing new chain-link fencing, vehicle and pedestrian gates, and repairing existing fences. The project spans seven sites: Katherine Landing, Cottonwood Cove, Willow Beach, Boulder Beach, Las Vegas Bay, Callville Bay, and Echo Bay, with specific linear footage outlined for each area. Key tasks involve thorough inspections, material procurement, and meticulous execution to ensure safety and compliance with regulations. The project requires completion within 90 calendar days from the Notice to Proceed, under a single prime contract. Government-furnished items, mainly sections of corrugated metal pipe, will be provided to the contractor, who must handle delivery and storage responsibilities. Vendor access to the site will be regulated, and all work must adhere to park regulations and safety requirements. Submission of detailed plans, including an Accident Prevention Plan and a construction schedule, is mandatory prior to any work commencement. Overall, this project emphasizes maintaining security and operational efficiency within the recreational area while engaging in necessary infrastructural upgrades.
    This document outlines the Questions and Answers related to Solicitation No. 140P8125B0011 for the replacement and construction of fencing park-wide at Lake Mead. The main topics include contractor responsibilities for fencing repairs, site access conditions for work, specifications on materials and construction processes, and details regarding project management communication. Key points include confirmation of fence specifications as chain-link, clarification on the need for soil disposal, and that no existing fencing will be reused. The document also states that contractors can work simultaneously at multiple locations, and there are no access restrictions for equipment. Additionally, it addresses requirements for project administration tools, with no obligation to use ProjectTeam. Moreover, photographs of repair sites will be made available prior to the bid date, and an extension for bid submissions is possible to ensure thorough preparation. The questions aim to clarify terms to assist potential bidders in understanding and fulfilling the contract requirements effectively.
    The Lake Mead National Recreation Area is initiating a project focused on replacing and repairing security fencing around various water and wastewater facilities within the park. The work encompasses seven key locations, including Katherine Landing, Cottonwood Cove, and Boulder Beach, ensuring that all fencing projects adhere to necessary safety and security standards. Specific tasks include the installation of new chain-link fencing, vehicle gates, and pedestrian gates, as well as the removal of damaged fence sections. The effort will also cover debris removal and site clean-up. The project has a performance period of 90 calendar days following the Notice to Proceed and is governed by stringent park regulations to protect natural resources and ensure public safety. Key components include adherence to safety protocols, quality requirements, and coordination among contractors, emphasizing careful planning, execution, and compliance with governmental standards. This undertaking reflects the National Park Service's commitment to maintaining infrastructure that safeguards both the environment and public access to these recreational areas.
    The document outlines a series of Questions and Answers regarding Solicitation No. 140P8125B0011, which pertains to the replacement and construction of park-wide fencing at Lake Mead. Key points addressed include guidelines on modifications to fencing length, the timeline for work completion, and specifications for the new chain-link fence. The document clarifies that vegetation removal is limited and that existing fencing must be brought into compliance with contract specifications. Several inquiries about site preparation, security requirements, and access protocols are answered, confirming that site security or temporary barriers are not necessary, and noting that various site visits and photographic evidence will be provided to bidders prior to submissions. Notably, contractors need not use specific project management software, and are responsible for quality control and layout expectations without needing extensive geotechnical reports. The solicitation is set aside for Indian Small Business Economic Enterprises (ISBEEs), indicating a focus on promoting small business participation. The responses provided aim to ensure clarity and facilitate accurate bidding for prospective contractors, demonstrating commitment to transparency in the government contracting process.
    The document is an amendment to a federal solicitation, specifically identified as Amendment 1 to solicitation number 140P8125B0011. Its primary purpose is to extend the bid and question submission deadlines for contractors interested in the project associated with various sewage lagoons and water treatment facilities. The new bid due date is set for July 15, 2025, and questions must be submitted by July 9, 2025, by 2 PM PDT. The amendment includes a list of attachments providing additional information relevant to bidders, such as a Q&A section, updated specifications, and detailed photographs of the lagoon sites. These attachments are to be incorporated into the final contract, emphasizing the importance of transparency and ensuring that potential contractors are well-informed. Overall, the tone of the amendment reflects adherence to procedural requirements, with clear instructions for acknowledgment of receipt and submission of revised offers. This amendment is a critical step in facilitating the procurement process, ensuring compliance with federal guidelines while fostering competitive bidding.
    This document serves as Amendment 0002 to a solicitation, primarily aimed at extending the bid and questions due dates for a federal contract. The amendment indicates that the bid due date has been moved to July 15, 2025, by 2 PM PDT, while the questions due date has been extended to July 11, 2025, by 2 PM PDT. It also addresses previous issues with an earlier amendment (0001) that failed to post on SAM due to file size, which included essential photos that are anticipated to be issued soon. Additionally, it includes attachments containing a Q&A, updated specifications, and a site visit sign-in sheet, all of which will become part of the final contract. The overall purpose is to provide clarity and additional information to bidders while ensuring that all terms of the original solicitation remain effective unless expressly modified by this amendment. This process is typical of government contracting, ensuring transparency and compliance with procedural requirements.
    This document is an amendment to Solicitation No. 140P8125B0011 regarding a contract associated with the National Park Service, specifically for the "Replace Fencing Parkwide" project. The key purpose of this amendment is to address questions received from bidders, update wage determinations, extend the bid due date, and provide details for an electronic bid opening via Microsoft Teams. The new bid due date is set for July 18, 2025, at 2 PM PDT, with the electronic bid opening scheduled for July 21, 2025. Bidders must acknowledge the amendment and ensure their bids are submitted to the provided email address; otherwise, their bids will be considered non-responsive. The document also includes attachments such as Q&A Final documents and updated wage determinations for Clark County, NV, and Mohave County, AZ, which will be incorporated into the final contract. Notably, bids from contractors who have previously submitted proposals may be updated before the new deadline. This amendment illustrates the government's ongoing commitment to transparency and fairness in the bidding process, allowing sufficient time for contractors to prepare competitive offers.
    This document is an amendment (0004) to solicitation number 140P8125B0011 related to a project for replacing fencing at Boulder Beach Lagoons in Boulder City, NV. The amendment serves to clarify a minor question regarding the location of a fence as depicted in an attached photo. Specifically, the amendment indicates that the fence should be relocated to a specific line as shown in the imagery, based on guidance from Google Earth. The bid due date is confirmed to be July 18, 2025, at 2 PM PDT, and will not be extended further despite the questions submitted after the deadline. Bidders are instructed to submit their proposals via email to a designated address, ensuring to include all required documentation in order to maintain compliance and avoid being deemed non-responsive. Additionally, there is a scheduled Microsoft Teams meeting for bid opening, with relevant call-in details provided. This amendment emphasizes the importance of acknowledging receipt of this modification to ensure offers are considered valid.
    The government has issued a Request for Proposal (RFP) for the construction project titled "Replace Security Fencing for Water and Wastewater Facilities Parkwide" at Lake Mead National Recreation Area. The project, with an estimated budget of $500,000 to $1,000,000, is set aside for Indian Small Business Economic Enterprises and requires contractors to comply with specific federal regulations and standards. A site visit is scheduled for June 24, 2025, with contractors required to RSVP. Offers must be submitted electronically by email by a specified deadline, and will be opened electronically 24 hours later. The contractor must begin work within 10 calendar days after receiving a notice to proceed and complete the project within 180 days. Specific solicitation clauses regarding bonding, contracting authorities, safety standards, and payment processes are detailed within the document. All bids should include required documentation of past performance and compliance with affirmative action policies. This solicitation emphasizes the government’s commitment to integrating small businesses into federal contracting opportunities while ensuring safety, compliance, and quality performance in construction 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.
    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.
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    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.
    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.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.