Y--KALA 248432 construct a fuel farm and dispensing system to serve the entire Kal
ID: 140P2024R0069Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

CONSTRUCTION OF FUEL SUPPLY FACILITIES (Y1NA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fuel farm and dispensing system at Kalaupapa National Historical Park in Hawaii. The project involves the installation of four 5,000-gallon above-ground fuel storage tanks, a 5,000-gallon diesel tank, and associated infrastructure, including footings, a dispensing/tracking system, and electrical services. This initiative is crucial for meeting the fuel needs of the Kalaupapa settlement while ensuring compliance with environmental and safety regulations. Interested contractors must adhere to the 8(a) set-aside requirements, with an estimated project cost between $5 million and $10 million, and are encouraged to contact Mark Barber at mark_barber@nps.gov for further details. The deadline for proposal submissions has been extended to September 25, 2024.

    Point(s) of Contact
    Omiya, Dayna
    (720) 910-0477
    (202) 426-0868
    dayna_asuncion@nps.gov
    Files
    Title
    Posted
    The KALA Fuel Farm project outlines operational details regarding contractor requirements and temporary housing arrangements for personnel at Kalaupapa. Contractors may work Monday to Friday for 10-hour days with weekend work permitted only for emergencies, subject to the Contracting Officer's discretion. An archeological monitor is mandatory during any excavation activities as the park lacks the capacity for this task. Due to limited housing, temporary structures such as mobile trailers or pre-wired containers are authorized, differentiating them from camping accommodations. Housing stipulations include: - A maximum of 15 contractors on-site; fewer than 8 may use existing housing, while 9-15 must utilize temporary units. - Tents are prohibited; plumbing must connect to the park’s systems. - Housing will be stationed near the NPS Quonset hut, with necessary infrastructure connections provided by the park. As a novel approach for both the park and the community, this plan requires compliance with Section 106 and NEPA processes, which could take 4-6 weeks upon submission of housing details. The document reflects the park's strategic response to housing challenges while balancing operational needs for the KALA Fuel Farm project.
    The document outlines the construction project at Kalaupapa National Historical Park, focusing on the installation of a new fuel storage and dispensing system. Key elements include site preparation, the installation of four above-ground fuel tanks, a concrete pad, electrical and data connections, and environmental protections. It emphasizes restrictions and requirements for contractor activities to preserve cultural and natural features of the park, limiting access, storage, and operational hours. Coordination with park authorities for logistics, including transportation by barge, and adherence to strict safety and quality protocols are mandated. The project requires adherence to specific timelines for submittals and progress checks to ensure compliance with government standards, highlighting the importance of effective project management. The document reinforces the National Park Service's commitment to managing development within sensitive environments, ensuring minimal disruption to cultural and natural resources throughout the construction process.
    The document details a geotechnical investigation conducted for the Kalaupapa Fueling Station on Molokai'i Island, HI, by the National Park Service (NPS). It includes two test pits (TP-1 and TP-2), both drilled using backhoe excavators, assessing subsurface conditions at specified locations with surface conditions described as grassy. The excavations yielded bulk samples with varying material descriptions, including sandy silt and basaltic rock, with tests confirming the absence of groundwater. The document outlines specific engineering requirements for aboveground fuel tanks, emphasizing compliance with NFPA standards for gasoline and diesel storage. Key details include the design of a fuel monitoring system, spill containment strategies, and structural specifications for tank support. This comprehensive investigation assists in ensuring safety and regulatory adherence for the fueling station's construction and operation. It supports government objectives to maintain environmental integrity throughout the project process, indicative of thorough oversight in federal and state infrastructure ventures.
    The document is a complex compilation of text with numerous fragmented and seemingly nonsensical entries, suggesting a possible error in formatting or data corruption. It contains jumbled characters, cryptic sequences, and references to various symbols, numbers, and characters that lack coherent meaning. However, it appears the document is intended to relate to government contracts, possibly reflecting aspects of federal RFPs, grants, or local initiatives. The main point seems to touch on the processes of applying for funding or bids, though specific themes, like project guidelines, grant allocation, and regulatory contexts, are obscured amidst the chaotic presentation. The lack of clear structure and the prevalence of illegible content hinder a straightforward analysis, indicating it may require significant revision or reconstruction to extract meaningful insights about governmental processes or solicitations related to funding and projects. Ultimately, while the intent to discuss governmental financial mechanisms is present, the overall content is insufficient for a detailed summary or understanding.
    This document outlines a report on the limitations of subcontracting related to a federal government contract. It focuses on a specific contract identified by its number and prime contractor, detailing the total contract price and type of small business set-aside involved. The report emphasizes compliance with federal guidelines requiring that a certain percentage of the work remains with similarly situated subcontractors (SSS), ensuring participation from qualified small businesses. It includes calculations for invoiced amounts, categorizing them by SSS and non-similarly situated subcontractors (NSS), ensuring that the limits on subcontracting specified in relevant clauses are adhered to. A corrective action plan is mandated if compliance is not met. This document serves as an essential compliance tool for small business contracts, reinforcing the government's commitment to promoting small business participation in federal projects and establishing accountability through detailed reporting and analysis of subcontracting practices.
    The Past Performance Questionnaire is a tool for evaluating contractors involved in federal projects, providing essential information for source selection. The document requires the contractor to fill out initial sections with details such as company name, project title, and contract terms. References from previous contracts are then tasked with assessing the contractor’s performance across various criteria, including quality, schedule adherence, cost control, management effectiveness, small business subcontracting, and regulatory compliance. Each area is rated from "Exceptional" to "Unsatisfactory," with space for comments to justify ratings. The form emphasizes the confidential nature of the information provided, prohibiting contractors from using it in promotional materials that suggest government endorsement. The completed questionnaire is to be submitted to the designated Contracting Officer of the National Park Service, ensuring that the contractor’s past performance is evaluated before future contract awards. This aligns with federal grant and RFP processes aimed at accountability and quality assurance in government contracts.
    The document serves to assist the Government in evaluating offerors for federal or state contracts by collecting essential information regarding their references. It necessitates that offerors clearly list contact details for their surety, corporate banks, insurance companies, subcontractors, and material suppliers, including areas of specialized work and types of materials. Importantly, the offerors must disclose any past performance concerns and the remedial actions taken to address them, ensuring transparency and candor in the assessment process. This information will significantly influence the Government's evaluation of the offeror’s capability and past performance. Non-compliance or incomplete disclosure risks negatively impacting the offeror's assessment. Thus, the document underscores the importance of thorough, honest communication in the context of the Request for Proposals (RFPs) process.
    This Geotechnical Consultation Letter outlines the findings and recommendations from Masa Fujioka & Associates (MFA) regarding the construction of a new fuel storage and dispensing system at Kalaupapa National Historic Park, Moloka’i, Hawaii. The assessment involved a site reconnaissance conducted on June 10, 2021, where two test pits were excavated by the National Park Service (NPS) to analyze soil conditions. The subsurface at the site features pleistocene basalt and Haleiwa very stony silty clay loam, indicating medium permeability with moderate erosion hazards. Laboratory tests on collected soil samples identified sandy silt and silty gravel with sand, influencing foundation design parameters. Recommendations suggest using spread footings with a vertical bearing capacity of 2,000 PSF and implementing measures to check for subsurface voids, potentially through jackhammer probing. Earthwork considerations include site preparation and compaction guidelines to ensure stability, particularly due to the presence of basaltic cobbles and boulders. The letter emphasizes the necessity of geotechnical monitoring during construction and cautions against changes in project scope or soil conditions, reinforcing the need for a retained Geotechnical Engineer to ensure compliance with recommendations. This document serves as a critical component of the project’s planning, ensuring that geological conditions are adequately addressed prior to construction, adhering to federal standards for safety and structural integrity.
    The document outlines the testing and assessment for the construction of a fueling station by the National Park Service (NPS) at Kalaupapa, Molokai'i Island, HI. Two test pits (TP-1 and TP-2) were excavated using backhoe equipment to evaluate subsurface conditions. Each test pit reached a depth of 5 feet, encountering brown sandy silt interbedded with highly weathered basaltic cobbles and lightly fractured igneous basaltic rock. Various tests were performed, including gradation and pocket penetrometer measurements, indicating varying soil strengths. The document also details specifications for the installation of above-ground storage tanks (ASTs) for gasoline and diesel fuel, emphasizing compliance with safety regulations and standards (UL 2085, NFPA 30 and 30A). The design includes features such as a concrete base, spill containment, and integrated fuel tracking systems, alongside detailed installation notes and specifications to ensure proper execution and safety measures during construction. This project demonstrates a structured approach to environmental assessment and safety compliance in federal and local projects, aligning with government RFPs and grants for sustainable infrastructure development.
    The document lists contact information for various individuals and companies involved in infrastructure and security services, potentially in response to government Requests for Proposals (RFPs) or grants. Key contacts include representatives from Goshawk, LLC, Mountain Methods, Inc., Spade Security, Ahtna Infrastructure & Technologies, SES Energy, and AYKO Group LLC. Each entry provides names, addresses, phone numbers, and email addresses, which may be essential for government entities seeking to collaborate or procure services. This compilation serves as a directory of potential vendors or contractors for federal, state, and local projects, indicating a focus on networking within the infrastructure sector. The information is structured to provide quick access to contact details for various companies, reflecting the importance of streamlined communication in the context of government procurement processes.
    The document comprises responses to questions related to a federal Request for Proposals (RFP) concerning a construction project, addressing safety, logistical, and technical requirements. Key points include the requirement for a detailed resume for the Site Safety Manager as part of the safety factor evaluation, clarification on progress payments, specifications for electrical and communication infrastructure, and details on site accessibility and material staging. The document also discusses compliance with local regulations and specifications related to utility entities, provisions for barge operations, and project timeline concerns regarding materials and performance. Safety measures, contractor responsibilities, and the process for proposing alternative methods and materials are emphasized throughout. The clear communication of requirements and status updates reflects the importance of compliance and coordination in the project. The responses aim to clarify requirements and address concerns from contractors, ultimately facilitating smoother project execution in accordance with federal guidelines.
    The document outlines specifications for the installation of aboveground storage tanks (ASTs) for diesel and gasoline fuel, each with a minimum capacity of 5,000 gallons, conforming to UL 2085 standards as mandated by NFPA 30 and 30A. Key components include a central fuel level and leak monitoring system, spill containment features, OSHA-compliant access ladders, and concrete bases for structural integrity. It emphasizes the requirement for stainless steel piping and proper grounding coordination with an electrical contractor. Critical safety measures involve automatic tank gauging and a comprehensive leak detection monitoring system, which includes sensors for fuel and water levels, along with alerts for any irregularities. The setup involves a fuel tracking system central to dispensers to ensure accountability. Remote monitoring capabilities will facilitate surveillance from a designated station. The document serves as part of a government RFP for securing contractors to execute the project, aiming to enhance fuel storage safety and compliance with environmental regulations. Its focus on safety measures and structural integrity underscores the government's commitment to secure fuel management practices in public facilities, ultimately promoting environmental protection and operational efficiency.
    This document primarily addresses various clarifications and responses concerning a federal Request for Proposals (RFP) related to construction projects at Kalaupapa National Historical Park. It covers a range of topics, including requirements for submitting personnel resumes, specifications for safety documentation, and technical queries regarding construction design and compliance with environmental regulations. Key points include clarifications on staff qualifications, operational hours, site safety protocols, and requirements for equipment installation and inspections. Responses emphasize that resumes for project personnel are mandatory, details regarding working hours are set (Monday through Friday, 6:00 AM to 4:30 PM), and various permits are not necessary for certain tasks. The document also addresses construction waste management, archaeological monitoring responsibilities, and the need for communication with various utility companies. Further, it discusses contractor responsibilities for fuel procurement and logistics for transporting materials. Overall, the file serves as a comprehensive guide to the stipulations and operational requirements for contractors engaged in the project, ensuring adherence to safety and environmental standards while facilitating effective project management.
    The document outlines specifications for the procurement and installation of factory-fabricated aboveground fuel storage tanks and associated systems. This includes various components such as tanks for gasoline and diesel, piping, dispensing pumps, and monitoring systems. It mandates compliance with local and national safety regulations, including those from the National Fire Protection Association (NFPA), American National Standards Institute (ANSI), and Occupational Safety and Health Administration (OSHA). Key requirements include adherence to environmental standards, obtaining necessary permits, and executing quality assurance measures. The contractor is responsible for ensuring proper installation, maintenance, and safety training for personnel involved in handling hazardous materials. Detailed guidelines specify materials, manufacturing standards, safety signage, and testing protocols for leak detection and operational efficiency. This procurement process highlights federal and state reliance on safe fuel management practices, reflecting regulatory compliance aimed at minimizing risks associated with fuel storage and dispensing. The structured approach seeks to ensure quality, safety, and efficiency throughout the project lifecycle while fostering accountability among contractors and suppliers. Overall, the document serves as a comprehensive framework for implementing aboveground fuel storage systems that maintain safety and environmental integrity.
    The document is an amendment pertaining to solicitation number 140P2024R0069 for a federal government contract. It outlines procedures and requirements for submitting offers, specifically regarding the acknowledgment of the amendment. Contractors must confirm receipt of the amendment by either including it in their offer submissions or sending a separate letter or electronic message. Failure to acknowledge the amendment by the stipulated deadline may result in offer rejection. Furthermore, the document details that changes to existing offers can be submitted, provided they reference the amendment and are received before the designated opening date. The amendment is issued to modify one or more aspects of the original solicitation, and it emphasizes the necessity for contractors to be aware of these modifications within the context of contract administration. Key contacts for the solicitation are identified, ensuring clarity about responsibilities and communication lines. Overall, this amendment serves to ensure that all parties remain informed of any changes affecting the bidding process and the terms of the contract.
    The document relates to the amendment and modification of Solicitation No. 140P2024R0069 for the construction of a new fuel storage and dispensing facility at Kalaupapa National Historical Park, Hawaii. It outlines key changes, including page numbering adjustments, updates to past performance wording, and a correction of the proposal due date to August 27, 2024, at 1300 MD. The amendment necessitates offerors to acknowledge its receipt, which can be done through various methods specified. The solicitation includes provisions on contract performance, including start and completion timelines, liquidated damages for delays, and requirements for inspections and acceptance. It emphasizes the necessity for offerors to submit proposals that adhere to specified pricing structures and outlines the project specifications involving constructions such as installing above-ground fuel storage tanks and a concrete access driveway. Other sections detail administrative requirements, contractor performance evaluations, and potential conflicts regarding the use of specific telecommunications and technology referenced in recent regulations. This amendment serves to clarify and refine solicitation requirements to ensure accurate representation and compliance in bids submitted by contractors, reflecting the government's focus on transparency and efficiency in federal contracting processes.
    The document serves as an amendment to a solicitation, specifically detailing changes to a government contract (140P2024R0069). The main purpose of this amendment is twofold: it extends the deadline for submission of offers from July 27, 2024, to August 30, 2024, and changes the contracting officer from Dana Omiya to Mark Barber. The document specifies that the acknowledgment of this amendment must be submitted in a particular format to avoid rejection of offers. It emphasizes the importance of submitting any changes to already submitted offers prior to the new deadline. Additionally, it notes that all other terms and conditions of the original solicitation remain unchanged. The amendment ensures clear communication of these modifications to contractors and reinforces compliance with federal procurement regulations. Overall, this document is an administrative update relevant to federal contracting processes, ensuring all parties are informed of critical deadlines and personnel changes.
    The document outlines an amendment (140P2024R0069) related to a government solicitation, detailing essential updates to the offer submission process. Key changes include extending the deadline for responses from August 30, 2024, to September 13, 2024, and providing partial answers to questions raised by potential bidders. Additionally, the amendment includes the issuance of final drawings with geotechnical information and a final consultation letter. It specifies the procedures for acknowledging receipt of this amendment, which are necessary to ensure that offers are not rejected due to lack of acknowledgment by the specified deadline. The amendment is administered by Mark Barber, with project oversight from David Futch. The document emphasizes the uniformity of the terms and conditions post-amendment. Overall, this amendment serves to clarify the bidding process and formalize changes in response timelines and required documentation, ensuring compliance with government regulations and promoting transparency in procurement.
    This document serves as an amendment to solicitation 140P2024R0069, which modifies the terms and conditions regarding the submission of offers. Key changes include the shift of the offer due date from September 30, 2024, to September 19, 2024, and the provision of partial answers to questions received alongside additional relevant information. Acknowledgment of the amendment must be confirmed through specific methods, such as noting receipt on submitted copies or via electronic communication, to avoid rejection of the offer. Further administrative changes are also addressed, along with the stipulation that all remaining conditions of the original solicitation are unchanged. Core contract personnel involved include Contracting Officer Mark Barber, Contract Specialist Amy Solomon, and Project Manager David Futch. This amendment illustrates typical administrative practices within federal contracting processes, ensuring clarity and compliance in proposal submissions.
    The document pertains to the amendment of a federal solicitation, specifically solicitation number 140P2024R0069. It outlines the procedures contractors must follow to acknowledge receipt of the amendment, which is critical to ensure their offer is not rejected. Contractors can acknowledge receipt by returning signed copies of the amendment, referencing it in their offer letters, or through electronic communication. The document specifies an extension of deadlines and emphasizes that changes to previously submitted offers must be communicated before the specified receipt time. Additionally, the amendment adds a Site Visit Attendees log, while maintaining all other existing terms of the solicitation. Key personnel involved in the solicitation include the Contracting Officer, Contract Specialists, and Project Managers. The acknowledgment of this amendment is essential for compliance with contracting regulations, reinforcing the importance of precise communication in federal contracting processes.
    The document is an amendment to a solicitation and modification of a contract issued by the National Park Service's Denver office. The primary purpose is to communicate changes to the solicitation process, specifically by adding additional Q&A answers and extending the deadline for responses to September 25, 2024. It outlines the required methods for contractors to acknowledge receipt of the amendment to ensure their offers are considered. Compliance with the submission instructions is critical; failure to acknowledge the amendment could lead to rejection of offers. The document also lists key personnel involved in the contracting process, highlighting both the contracting officer and assigned representatives. Overall, this amendment maintains the original contract's terms while specifying necessary updates, underscoring the importance of clear communication and adherence to procedural guidelines in government contracting.
    This document is an amendment to a previously issued solicitation (140P2024R0069) concerning a federal contract. The primary purpose is to incorporate missing photographs related to barging that were not included in earlier amendments. It specifies that contractors must acknowledge the receipt of this amendment by various means, such as including an acknowledgment with their offer or through separate electronic communication. The deadline for acknowledgment is critical, as late submissions may lead to the rejection of offers. The amendment reiterates that all other terms and conditions of the original solicitation remain unchanged and in effect. Key personnel identified include Mark Barber (Contracting Officer), Amy Solomon (Contract Specialist), David Futch, and Elisabeth Jackson (Contracting Officer Representatives), ensuring clarity in communication and administration of the contract modification. The document maintains compliance with FAR regulations and emphasizes administrative changes if applicable.
    The document outlines the solicitation for a construction project at Kalaupapa National Historical Park to build a new fuel storage and dispensing facility. The project is being conducted as an 8(a) competitive set-aside under the North American Industrial Classification System guidelines, with an estimated cost range of $5 million to $10 million. The contract requires the contractor to initiate work within ten calendar days of receiving a notice to proceed, aiming for completion within 180 days. It emphasizes compliance with various government regulations and outlines the evaluation criteria for proposals, including a mandatory pre-proposal site visit. Key components of the project involve constructing multiple above-ground fuel storage tanks, a dispensing system, and associated infrastructure like footings and electrical services. Bidders must submit sealed offers and adhere to specific proposal requirements as stated in various sections of the solicitation. The document also includes detailed instructions on contract management, including performance inspections, payment processing, and the management of any required amendments. Overall, this solicitation showcases the federal government's efforts to enhance infrastructure within historical sites while ensuring compliance with regulations and encouraging participation from small businesses.
    Similar Opportunities
    Fuel Storage Tank Maintenance and Repair Work, Various Locations, Oahu, Hawaii
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Hawaii, is seeking qualified contractors for fuel storage tank maintenance and repair work at various locations in Oahu, Hawaii. This procurement is aimed at ensuring the integrity and safety of fuel storage systems, which are critical for military operations and environmental protection. The opportunity is set aside for small businesses under the SBA guidelines, with a focus on firms specializing in environmental systems protection related to leaking underground storage tanks. Interested parties can reach out to Nhung Bui at nhung.h.bui.civ@us.navy.mil or call 808-474-7087 for further details regarding the solicitation process.
    Z--KP LIGHTHOUSE REPAIRS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the repair and restoration of the Daniel K. Inouye Kīlauea Point Lighthouse's lantern, located at the Kīlauea Point National Wildlife Refuge in Hawaii. The project requires specialized construction services to address existing leaks and corrosion, including the removal and reinstallation of the historic 2nd Order Fresnel lens, weatherproofing the lantern, and repairing ventilation mechanisms. This initiative is crucial for preserving a site listed on the National Register of Historic Places, reflecting the government's commitment to maintaining historical landmarks while ensuring compliance with environmental and safety standards. Interested contractors must submit their proposals by the specified deadline, with an estimated project cost between $1 million and $5 million, and can direct inquiries to Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    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.
    RFQ Waianae, HI 12,000 USG (DS2) Delivery Dates: Sept 24-27, 2024
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting quotations for the delivery of 12,000 gallons of Diesel Fuel (DS2) to the Kaena Point Satellite Tracking Station in Waianae, Hawaii, with delivery scheduled between September 24 and September 27, 2024. The procurement is a total small business set-aside under NAICS code 324110, and the contract will be awarded based on the lowest price technically acceptable quotation. The fuel must meet stringent quality and environmental standards, including compliance with ASTM D 975 specifications and local regulations, ensuring it is free of impurities and has a maximum sulfur content of 0.0015 wt%. Interested vendors must submit their quotations by 10:00 PM EDT on September 23, 2024, and can direct inquiries to Contract Specialist Hannah Savine at hannah.r.savine@dla.mil or 571-837-1653.
    AGFO BPA PROPANE
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for the provision of bulk liquid propane delivery and maintenance services at the Agate Fossil Beds National Monument in Nebraska. The contractor will be responsible for refilling propane tanks, conducting maintenance inspections, and ensuring compliance with safety standards, including annual leak tests. Propane is critical for heating and generator operations at the monument, making this service essential for its functionality and safety. Interested parties should contact Nathan Ziegler at nathanziegler@nps.gov or call 605-574-0480, with a maximum contract value of $120,000 over five years and individual order limits of $10,000. Proposals must adhere to submission protocols outlined in the solicitation documents.
    HI FLAP CR562(1) Kilauea Point
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Central Federal Lands Division, is seeking contractors for the HI FLAP CR562(1) project at Kilauea Point in Hawaii. The project aims to enhance access for pedestrians and bicyclists along Kolo Road and Kilauea Road (Route 562) by installing sidewalks, rehabilitating existing pavement, and constructing safety features such as guardrails and mini-roundabouts. This initiative is crucial for improving visitor access to the Kilauea Point National Wildlife Refuge, which is vital for wildlife conservation and public enjoyment. Interested contractors should note that the project is anticipated to be advertised in October 2024, with an estimated cost range between $10 million and $20 million, and can contact Stephanie Navarro at cflcontracts@dot.gov or Ryan Phillips at cflacquisitions@dot.gov for further information.
    68--MORU & BADL Large Propane Tanks IDV
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is preparing to issue a solicitation for the purchase and delivery of propane to Mount Rushmore National Monument and Badlands National Park. This procurement will be conducted as a firm-fixed price requirements contract, utilizing Simplified Acquisition Procedures, and is exclusively set aside for small businesses under NAICS code 325120. The propane delivery is essential for the operational needs of the parks, with a previous contract resulting in over 280,000 gallons delivered through 19 orders. Interested contractors should anticipate a formal solicitation around September 16, 2024, with quotes due approximately 66 days later, by November 21, 2024. For inquiries, contractors can contact Contract Specialist Brian Peck via email or phone as listed in the notice.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    STLI 324873 Phase II Temporary Relocation of Ferry
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the STLI 324873 Phase II Temporary Relocation of Ferry Embarkation and Security Screening Operations in Battery Park, New York. This construction project, set aside for qualified 8(a) small businesses, aims to facilitate the relocation of ferry operations and enhance security measures, with an estimated budget between $5 million and $10 million. The contractor will be required to adhere to federal regulations and guidelines, ensuring quality and compliance throughout the project, which is scheduled to commence on December 2, 2024, and conclude by June 30, 2025. Interested parties should submit sealed offers and may contact Marc Nguyen at marcnguyen@nps.gov or 720-448-1166 for further information.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.