Z--REPLACE ROOF ON OREGON INLET FEE KIOSK
ID: 140P5324R0047Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

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 replacement of the roof on the Oregon Inlet Fee Kiosk located at Cape Hatteras National Seashore. The project entails installing a new standing seam metal roofing system designed to withstand wind speeds of up to 120 mph, with a total estimated cost of under $25,000. This procurement is a 100% small business set-aside, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested contractors must register in the System for Award Management (SAM) and submit their firm-fixed price quotes by September 17, 2024, at 3:00 PM EST, with a site visit scheduled for September 10, 2024. For further inquiries, contractors can contact Marilia Mateo at marilia_mateo@nps.gov or by phone at 305-242-7742.

    Point(s) of Contact
    Mateo, Marilia
    (305) 242-7742
    (305) 242-7795
    marilia_mateo@nps.gov
    Files
    Title
    Posted
    The document outlines the requirements set by the Federal Acquisition Regulation (FAR) 36.211(b) regarding construction contract administration, particularly concerning equitable adjustments for change orders. It specifies that federal agencies must provide a detailed description of their policies and procedures related to the definitization of such adjustments. Additionally, agencies are required to disclose the timeframes involved in definitizing these adjustments to ensure transparency and accountability. For more comprehensive information, agencies can refer to the provided link to the Department of the Interior’s acquisition policy. This directive serves as a guide for improving the management and documentation of change orders in federal construction contracts, reinforcing the importance of adherence to established procedures and timely adjustments to project scopes. Overall, it supports the objectives of federal grants and RFPs by promoting effective contract administration and compliance.
    The document presents questions related to a Request for Proposal (RFP) concerning the replacement of a roof on a kiosk. The first inquiry seeks images of the kiosk that requires the roof replacement, while the second question requests specific dimensions of the roof. It notes that the kiosk measures approximately 35 feet by 20 feet, totaling about 700 square feet. The focus of the document is on obtaining essential logistical information necessary for further planning and execution of the roofing project, highlighting the importance of accurate visuals and dimensions in the bidding process. This inquiry reflects typical procedures within government RFP processes, where precise details are critical for contractors to evaluate project requirements and formulate competitive proposals.
    The document is an amendment to Solicitation No. 140P5324R0047, pertaining to a contract for the replacement of the roof on the Oregon Inlet Fee Kiosk at Cape Hatteras National Seashore. It highlights that questions and answers regarding the solicitation have been posted, while all other terms remain unchanged. The contract is categorized as Firm-Fixed Price, set aside for small businesses, with award determination based on the Lowest Price Technically Acceptable criteria. The estimated requirement magnitude is under $25,000, with a performance period from September 23, 2024, to November 22, 2024. Interested contractors must register with the System for Award Management (SAM) before bidding and should do so prior to the quote submission deadline on September 17, 2024, at 3:00 PM EST. A site visit is available on September 10, 2024, for interested bidders, confirming attendance via email. All vendor questions must be submitted by the same date. This amendment underscores the procedural requirements for bid submission and contractor qualification in relation to government contracts.
    The document outlines a Request for Proposal (RFP) for the roof replacement at the Oregon Inlet Fee Kiosk within Cape Hatteras National Seashore. The contract is a firm-fixed price type, designated as a 100% small business set-aside procurement, with the award based on the lowest price that meets technical specifications. The estimated project cost is under $25,000, and the contractor must begin work within a specified period following the notice to proceed. Key components include the contractor’s responsibility for all labor, materials, equipment, and compliance with various safety regulations during project execution. The solicitation emphasizes the requirement for compliance with federal contracting regulations, including the necessity for contractors to register in the System for Award Management (SAM) and the provision of performance and payment bonds. An optional site visit and a deadline for vendor questions are established to facilitate bidders. The document also specifies the terms for bid submission, evaluation, and inclusion of amendments while detailing the contracting officer's role. Additional sections cover insurance requirements, a prohibition against lead-based paint, and methods for payment processing, underscoring the project's alignment with federal guidelines and ensuring contractor accountability and performance standards.
    The National Park Service intends to replace the roof of the Fee Kiosk at Oregon Inlet Campground in Cape Hatteras National Seashore, North Carolina. The project involves installing a new standing seam metal roofing system, meeting structural and wind resistance requirements, including a design for 120 mph winds. Contractors must verify existing conditions and submit products for approval, while ensuring safety barriers during construction. Key tasks include demolishing the existing roofing materials, protecting the structure during installation, and providing new roofing components that meet specific manufacturer standards and warranties. Additional requirements include maintaining access to at least one comfort station and one shower building throughout the project. The document outlines detailed construction specifications, material submissions, and adherence to building codes to ensure compliance and safety for visitors and staff.
    The document outlines wage determinations for construction projects in North Carolina, specifically under the Davis-Bacon Act, applicable to building construction contracts in Chowan, Dare, Martin, and Washington Counties. It includes the minimum wage rates contractors must pay workers based on contract effective dates and relevant Executive Orders, specifically Executive Order 14026 and Executive Order 13658. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, while prior contracts not renewed must adhere to a minimum of $12.90 per hour. The wage determination provides classifications and corresponding wage rates for various construction roles, including plumbers, electricians, and laborers. Additionally, it addresses the appeals process for wage determination inquiries and emphasizes contractor obligations under federal regulations, including paid sick leave provisions. This document serves to ensure compliance with federal labor standards and proper wage allocation for workers on federally funded projects. Overall, it reflects the federal government's commitment to fair labor practices and worker protections in public construction projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--CACO ROAD STRIPING
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is soliciting proposals for road striping services at Cape Cod National Seashore in Wellfleet, Massachusetts. The project aims to enhance visibility through the painting and striping of roads, requiring contractors to provide all necessary labor, materials, and equipment while adhering to local, state, and federal regulations. This initiative is crucial for maintaining public safety and accessibility in national parks. The estimated contract value ranges from $100,000 to $250,000, with proposals due by September 17, 2024, and project performance expected between September 30, 2024, and May 30, 2025. Interested contractors can contact Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145 for further information.
    REPAIR TRIP HAZARDS AT FORT RALEIGH
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of trip hazards at Fort Raleigh National Historic Site in North Carolina. The project involves lifting sidewalks to eliminate identified tripping hazards using polyurethane foam, ensuring compliance with ADA accessibility standards and maintaining the site's historical integrity. This firm-fixed-price contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and requires completion within 30 days of the notice to proceed. Interested contractors must submit their quotes by September 16, 2024, and direct any inquiries to Marilia Mateo at mariliamateo@nps.gov by August 29, 2024.
    Station Oak Island Gate Replacement
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of the gate operator, keypad, and main gate at the USCG Station Oak Island in North Carolina. Contractors are required to provide all necessary supervision, labor, materials, and equipment to complete the installation, with a project timeline that mandates work commencement within 14 days of contract award and completion within 28 working days. This procurement is exclusively set aside for small businesses under NAICS code 333998, with a maximum employee threshold of 700, and all quotes must be submitted by noon Eastern Time on September 18, 2024, via email to the designated contact, Tami Clark. Interested bidders must ensure they have an active vendor record at SAM.gov and comply with all federal regulations, including wage determinations and safety protocols, to be eligible for consideration.
    Z--Replace Roof Fire Suppression System, Oregon Caves
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to replace the existing rooftop fire suppression system at the Oregon Caves National Monument and Preserve in Josephine County, Oregon. The project involves the removal of the old system and installation of new manually operated sprinklers, adhering to strict safety regulations due to the area's high wildfire risk and ensuring minimal disruption to the historic structure. This procurement is crucial for enhancing fire safety within the park while preserving its cultural and natural resources. Quotations are due by September 17, 2024, at 2:00 p.m. PT, and interested contractors should contact Brenda Lewis at BrendaLewis@nps.gov or 206-220-4018 for further details.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    Canaveral National Seashore - NP SER PMS FY24(1)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Canaveral National Seashore pavement preservation project (NP SER PMS FY24(1)) in Florida. The project aims to enhance approximately 16.33 miles of roadways and parking areas using various preservation techniques, including micro surfacing and full-depth patching, while adhering to strict environmental guidelines to protect local ecosystems. This initiative is crucial for maintaining infrastructure within national parks, ensuring accessibility and safety for visitors. Bids are due by October 3, 2024, at 2:00 p.m., with an estimated contract value between $5 million and $10 million, and interested parties can contact Shirley A. Anderson at eflhd.contracts@dot.gov or 703-948-1407 for further details.
    Z--REPLACE FENCING, CARTER BARRON FACILITY
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of approximately 2,100 linear feet of fencing at the Carter Barron Facility in Rock Creek Park, Washington, D.C. The project involves the removal and disposal of existing chain link fencing and the installation of an 8-foot-tall anti-scale mini mesh fence to enhance security and address ongoing vandalism issues. This initiative is part of the government's commitment to maintaining and improving public park infrastructure, ensuring safety and aesthetic appeal. Interested small business contractors must submit sealed quotes by September 18, 2024, and attend a mandatory site visit on September 5, 2024. For further inquiries, contact Jason Burdett at jasonburdett@nps.gov or call 501-762-9517.
    Chimney repair at Station Depoe Bay
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for chimney repair services at the Coast Guard housing unit in Depoe Bay, Oregon, under Buy 1185416. The project involves inspecting and repairing four chimney systems, with contractors required to be located within a 50-mile radius and to submit proposals via Unison Marketplace, following the Lowest Price Technically Acceptable (LPTA) method. This solicitation underscores the importance of maintaining structural integrity in federal facilities while adhering to federal regulations, including the Davis-Bacon Act. Interested contractors must register with the System for Award Management (SAM) and can reach out to Marketplace support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further inquiries.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    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.