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--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.
    Z--FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with proposals expected to be submitted by the specified deadlines, and the estimated construction cost exceeding $10 million.
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    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, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    Chimney repair at Station Depoe Bay
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for chimney repair services at the Station Depoe Bay in Oregon. The project entails inspecting and repairing a chimney system, replacing interior attic flashing to prevent water penetration, and performing both interior and exterior painting to restore the chimney's condition. This procurement is crucial for maintaining the integrity of the Coast Guard's infrastructure and adheres to local procurement policies, with bids limited to vendors within a 50-mile radius of the station. Interested contractors must submit their bids via the Unison Marketplace by September 20, 2024, and comply with federal acquisition regulations, with a delivery requirement of 30 days post-order receipt. For further inquiries, contact Marketplace support at marketplacesupport@unisonglobal.com or call 877-933-3243.
    District Warehouse Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the District Warehouse Roof Replacement project located in Omaha, Nebraska. This project involves the replacement and repair of roofing assemblies for the existing MRPO Warehouse building, which is in a failing state, with a focus on extending the building's useful life and ensuring safety. The estimated construction cost ranges from $1 million to $5 million, and the contract is set aside for small businesses, with a performance timeline requiring work to commence within 10 calendar days and be completed within 90 days after contract award. Interested contractors should submit their bids electronically, adhering to the specified guidelines, and may contact Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or Lee M. McCormick at lee.m.mccormick@usace.army.mil for further information. A site visit is scheduled for September 10, 2024, as detailed in the solicitation documents.