Construction Project – Parking Lot Sealcoat Treatment and Striping in Accordance with the Statement of Work
ID: 1305M325Q0041Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for a construction project involving parking lot sealcoat treatment and striping at its Weather Forecast Offices in Pocatello, ID, and Las Vegas, NV. The project aims to address the deteriorating conditions of the parking lots, which have not been maintained for 10-15 years, requiring comprehensive crack repair, sealcoating, and re-striping, including the installation of ADA-compliant handicap stalls. This initiative is crucial for maintaining the infrastructure of NOAA facilities and ensuring safe access for staff and visitors. Interested small businesses must submit their proposals via the FedConnect portal by January 17, 2025, with a performance period of 240 days post-award, and the estimated contract value is between $25,000 and $100,000. For further inquiries, contact Marilyn Herrera at marilyn.herrera@noaa.gov or call 303-578-2707.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file outlines a request for proposals (RFP) for a construction project involving parking lot sealcoating and striping at two National Weather Service offices located in Pocatello, ID, and Las Vegas, NV. This project is set aside for small businesses and is governed by FAR regulations, requiring compliance with numerous clauses, including the need for written warranties and site inspections. The project has a fixed-price contract with a total value estimated between $25,000 and $100,000, with a performance period not exceeding 240 days from award. Offerors must submit detailed technical proposals, including prior work experience and references, emphasizing technical capability and past performance over price. All proposals must be submitted via the FedConnect web portal, and contractors must ensure compliance with safety and conduct requirements. A thorough understanding of project specifications, including the cleaning and repair of asphalt surfaces, application of sealant, and re-striping, is imperative for vendor success. Overall, the document serves as a comprehensive guide for potential contractors interested in bid submission for this federal project.
    The National Weather Service (NWS) requires parking lot sealcoat treatment and striping for its Weather Forecast Offices in Pocatello, ID, and Las Vegas, NV, as their current surfaces have not been maintained for 10-15 years and exhibit significant deterioration. The chosen contractor must provide all necessary labor, materials, and supervision, ensuring compliance with all applicable codes and regulations. The project involves crack repair, sealcoating, and re-striping, including ADA-compliant handicap stalls. The contractor is responsible for preparing the surface, applying an approved sealant, and re-establishing existing pavement markings per established guidelines. A detailed plan must be submitted promptly, including specifications for materials and a work schedule. All work must be completed within 240 calendar days after material receipt, with invoicing managed via the designated platform upon project completion. This project outlines specific safety, security, and regulatory requirements, emphasizing the importance of a safe work environment and adherence to federal guidelines. The endeavor reflects the NWS's commitment to maintaining its facilities effectively while ensuring compliance with legal standards and safety protocols.
    The document outlines wage determinations for highway construction projects in Bannock County, Idaho, under the general decision number ID20250091, effective January 3, 2025. It specifies minimum wage rates for various construction roles, referencing Executive Orders 14026 and 13658 regarding wages for federal contracts, with rates adjusted annually. Workers on contracts awarded after January 30, 2022, should be paid at least $17.75 per hour, while those under contracts prior to this date but not renewed must receive at least $13.30 per hour. The document details classifications of laborers and operators, including pay rates and fringe benefits, as well as zone differentials based on project location distances. Additional guidelines remind contractors of requirements for sick leave under Executive Order 13706 and processes for appealing wage determinations. This wage determination serves to enforce fair labor standards and ensure compliance with federal regulations on construction projects funded by government contracts.
    The document, a General Decision Number for construction projects in Clark County, Nevada, presents wage determinations under the Davis-Bacon Act. The issued wage rates must comply with Executive Orders 14026 and 13658, stipulating minimum hourly payments for covered workers: $17.75 for contracts initiated on or after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. Wage rates for various labor classifications, including skilled trades and general laborers, are specified alongside applicable fringe benefits. Additionally, the document outlines the process for appealing wage determinations and clarifies the classification of rates as union, survey, or state-adopted. The requirements also emphasize paid sick leave provisions for federal contractors under Executive Order 13706. This file serves to ensure compliance with federal wage standards, offering guidance for contractors involved in highway construction projects and highlighting important worker protections. As such, it is critical for entities responding to RFPs or seeking federal grants to adhere to these wage regulations and stipulations as part of their contract obligations.
    The Past Performance Questionnaire is a form designed for contractors to summarize their relevant contract information and performance metrics. Contractors must complete initial blocks detailing their firm information, contract specifics, and project descriptions. A client reference is then required to evaluate the contractor's performance across various categories like quality, schedule adherence, cost control, management effectiveness, regulatory compliance, and overall customer satisfaction using a rating scale from Exceeds (E) to Unsatisfactory (U). Each section allows for additional remarks and an overall project rating. The completed document is submitted via email, underlining the government’s right to verify the provided information. This questionnaire serves as a critical tool within federal and state RFP processes, facilitating the assessment of contractor performance and credibility, thereby influencing future contracting decisions.
    The government document outlines a Request for Proposal (RFP) for a firm-fixed-price contract focusing on the sealcoating and striping of parking lots for the National Weather Service offices in Pocatello, ID, and Las Vegas, NV. The project is set aside for small businesses and requires compliance with specific federal regulations. Bids are accepted under the Simplified Acquisition Threshold, with a maximum bonding requirement of $35,000. Key details include a 240-day performance period post-award and the necessity for bidders to visit the work sites. Quotes will be evaluated based on technical approach, experience, past performance, and price, with non-price factors holding greater significance. Contractors are expected to supply all materials and labor necessary for treating existing asphalt surfaces, including crack repairs, seal coating, and re-striping, while adhering to safety regulations. Additionally, contractors must provide detailed specifications for materials used, a work schedule, and proof of warranty. This solicitation reflects the government's intent to maintain and enhance the infrastructure of its facilities while promoting small business participation in federal contracts.
    Similar Opportunities
    S--Snow Removal Services for Sterling WFO and FSC
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations for snow removal services at its Weather Forecast Office and Field Support Center in Sterling, Virginia. The contract, which is set aside for small businesses, will cover a five-year period from March 30, 2025, to March 29, 2030, with an annual budget not to exceed $50,000. This procurement is critical for maintaining safe and accessible pathways during severe weather, ensuring the operational efficiency of the National Weather Service. Interested contractors must submit their proposals electronically by March 19, 2025, and can direct inquiries to Stephanie Mas at stephanie.mas@noaa.gov or by phone at 303-578-6768.
    Z--FFO Parking Lot Pavement Preservation
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking contractors for the Fillmore Parking Lot Pavement Preservation project in Millard County, Utah. This project involves the sealing and repairing of asphalt parking lots at the Fillmore Field Office and the Fillmore SEAT Base, addressing significant deterioration through tasks such as crack sealing, surface treatments, and repainting pavement markings. The work is crucial for maintaining the functionality and safety of federal facilities, with an estimated project cost between $25,000 and $100,000, and is set to commence in Spring 2025, lasting approximately 30 days. Interested small businesses must register with the System for Award Management (SAM) and can contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445 for further details.
    Z--ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project involves repairing approximately 285 square feet of damaged asphalt, filling 3,500 feet of stress cracks, applying sealant over 140,000 square feet, and repainting parking lines, all while adhering to Louisiana Department of Transportation standards. This initiative is crucial for maintaining the safety and functionality of the refuge's infrastructure, ensuring minimal disruption to traffic and compliance with environmental regulations. Interested contractors must submit their bids by March 7, 2025, with the total project cost estimated between $25,000 and $100,000, and all work to be completed within 90 days of the Notice to Proceed. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.
    J--NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hull repairs and bottom paint renewal for the NOAA Navigation Response Team vessel, hull number S3008. The procurement involves critical tasks such as lifting and storing the vessel, applying epoxy primer, and installing two impressed current cathodic protection systems, all to be completed within 90 days of contract award. This opportunity is vital for maintaining the operational integrity and safety of NOAA's maritime assets, ensuring compliance with industry standards and regulations. Interested contractors must submit their quotations by March 13, 2025, and can direct inquiries to Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.
    Grounds Maintenance for National Weather Service M
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide grounds maintenance services for the National Weather Service Office located in Midland, TX. The procurement involves a Request for Quotation (RFQ) for a base year of service from June 1, 2025, to May 31, 2026, with the possibility of four additional option years extending through May 2030, requiring comprehensive maintenance including labor, equipment, and materials as outlined in the Statement of Work. This contract is crucial for maintaining the operational integrity and appearance of government facilities, emphasizing the importance of compliance with federal regulations and the commitment to supporting small businesses. Interested parties must submit their quotes by the specified deadline and can contact Jamie Rosales at JAMIE.ROSALES@NOAA.GOV for further information.
    The NOAA Ship Henry Bigelow requires a service con
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking a certified contractor to perform a drive end shaft seal ring replacement and realignment for the No4 generator on the NOAA Ship Henry Bigelow. The contractor will be responsible for providing all necessary labor, materials, and services to ensure compliance with manufacturer specifications, with the work scheduled to take place at Naval Station Newport, Rhode Island, from February to May 2025. This maintenance task is critical for maintaining the operational integrity of the vessel, which plays a vital role in NOAA's mission. Interested small businesses must submit their quotes by March 10, 2025, and can contact James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or 757-317-0567 for further details.
    Groundskeeping Services for Nashville WFO
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide groundskeeping services for the Nashville Weather Forecast Office (WFO) located in Old Hickory, TN. The procurement involves managing all aspects of groundskeeping, including lawn care, debris removal, and the application of environmentally friendly products, with a focus on compliance with federal regulations. This total Small Business Set-Aside opportunity, classified under NAICS code 561730, is crucial for maintaining the operational environment of the WFO and ensuring a safe and aesthetically pleasing landscape. Interested contractors must submit their quotes by March 19, 2025, and can direct inquiries to Stephanie Mas at STEPHANIE.MAS@NOAA.GOV or by phone at 303-578-6768.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    A&E IDIQ Contracts for Naval Architecture and Marine Engineering Support
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small business firms to provide Architect-Engineer (A-E) support in naval architecture and marine engineering through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The objective of this procurement is to enhance NOAA's capabilities in managing its fleet of research and survey vessels, which includes conducting feasibility studies, detailed designs, systems analyses, and fleet support studies. This contract, valued at a maximum of $2.95 million over a 60-month period, emphasizes the importance of specialized experience and professional qualifications in the evaluation process. Interested firms must submit their qualifications using GSA Standard Form 330 by March 24, 2025, and can direct inquiries to Andre Frantz at Andre.Frantz@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.