EDIS RESTORE EXEDRA WOOD COMPONENTS
ID: 140P4524Q0070Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking qualified contractors to restore the historic wood components of the Exedra Room at Thomas Edison National Historical Park in West Orange, NJ. The project aims to stabilize and repair deteriorated wood features while preserving the historical integrity of the 1880 Queen-Anne style structure, addressing issues such as water penetration and repainting surfaces based on historical analysis. This restoration is crucial for maintaining the cultural significance of the site and ensuring its educational value for the public. Interested small businesses must submit their proposals by September 13, 2024, at 2 PM EDT, with a contract award anticipated for July 23, 2025. For further inquiries, contact Roselyn Sessoms at Roselyn_Sessoms@nps.gov or call 718-815-6152.

    Point(s) of Contact
    Sessoms, Roselyn
    (718) 815-6152
    (718) 815-6971
    Roselyn_Sessoms@nps.gov
    Files
    Title
    Posted
    The project seeks to restore the historic wood components of the Exedra Room in Thomas Edison’s home, Glenmont, New Jersey. The aim is to preserve this architecturally significant 1880 Queen-Anne style structure, specifically focusing on stabilizing and repairing various deteriorated wood features while maintaining its historical integrity. The project entails on-site work, including addressing water penetration issues and repainting surfaces based on historical analysis. A firm-fixed price contract will be awarded to the responsible vendor, emphasizing technical capability, personnel qualifications, past performance on similar projects, and price reasonableness. Contractors must have expertise in historic preservation and adhere to National Park Service standards, as sub-contracting is not permitted. Protective measures for existing artifacts and features must be implemented throughout the project, alongside comprehensive documentation before and after work completion. This initiative not only aims to stabilize the Exedra Room structurally but also to ensure it accurately reflects its historical appearance for public education and enjoyment. The project's success will improve the preservation and visual integrity of this important cultural site while adhering to rigorous safety regulations and standards.
    The document outlines Wage Determination No. 2015-4211, issued by the U.S. Department of Labor, which details minimum wage rates and fringe benefits for various occupations under the Service Contract Act. Effective from January 30, 2022, contractors are mandated to pay covered workers at least $17.20 per hour (under Executive Order 14026) if contracts are entered or renewed thereafter. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90 per hour (under Executive Order 13658), unless higher rates apply. The document specifies wage rates for various job classifications primarily in New Jersey, encompassing administrative, automotive, food service, health, information technology occupations, and many others. Additionally, the report addresses health and welfare benefits, paid sick leave required from Executive Order 13706, and conformance procedures for unlisted job classifications. Employers must also comply with federal guidelines on uniform allowances and hazardous pay differentials. This comprehensive wage determination serves to ensure fair compensation for contractors working with federal agencies, reflecting a commitment to employee wage protection and labor standards compliance.
    The document outlines the government estimate for a restoration project at the Thomas Edison National Historical Park, specifically aimed at restoring the historic wood components of the Exedra Room in Edison’s Glenmont home. It details various labor tasks, including the installation of protective measures, wood restoration, window repairs, and historic paint analysis. Equipment and material costs related to scaffolding, mobilization, and supplies for restoration work are also specified, although all costs in the draft are indicated as $0.00. The document serves as a preliminary estimate in response to potential RFPs concerning federal grants or local funding opportunities for historical preservation. The emphasis on careful restoration methods and adherence to historical authenticity reflects both the cultural significance of the site and the standards required for government-funded projects in historical preservation.
    The References Worksheet document serves as a structured template for offerors to compile vital information regarding their contracts when responding to government Requests for Proposals (RFPs). It includes sections for the offeror's name, customer name, contract number, a brief description of the contract, primary and secondary contact information, customer address, contract value, and completion status. This format enables the systematic collection of references that potential contractors can present as proof of experience and capability to fulfill RFP requirements. By ensuring clarity and comprehensiveness in the available contact details, the worksheet aids evaluators in validating past performance and assessing the suitability of offerors in relation to future federal, state, or local grant opportunities. This document is instrumental in standardizing the reference submission process within government contracting contexts.
    The document addresses key considerations for a project related to historic preservation, detailing specific repair guidelines and materials related to existing structures. It clarifies that the steel skylights are not part of the scope, which focuses on retaining as much original material as possible, with the National Park Service (NPS) preferring repairs over replacements. Lead paint management must comply with OSHA and NPS standards, encouraging contractors to provide detailed methodologies in proposals. The discussion covers the condition of wood sashes, stating that epoxy is not permissible, while new growth wood of the same species can replace rotted wood. Consistency in wood species is mandated if painting occurs, and structural element replacements may be necessary depending on the contractor's assessment of rot. Overall, the document emphasizes preservation techniques and standards the contractors must follow to maintain historical integrity during restorations.
    The document is an amendment to solicitation 140P4524Q0070 regarding the restoration of Exedra wood components at Thomas Edison National Historical Park in West Orange, NJ. The amendment provides information in response to previously submitted questions and is designed to ensure that bidders acknowledge receipt of the amendment before the specified deadline. Offers must be submitted by September 13, 2024, at 2 PM EDT. The amendment outlines the methods for acknowledging receipt and allows modifications to be made to already submitted offers. It also emphasizes the importance of adhering to guidelines for contract modifications, ensuring compliance with federal regulations. This document fits within the context of government RFPs, reflecting the formal procedures necessary for managing adjustments to solicitations and contracts within federal contracting processes.
    The RFQ 140P4524Q0070, issued by the National Park Service, seeks quotations to restore damaged wood components in the Exedra room of Glenmont Mansion, located at Thomas Edison National Historical Park in West Orange, NJ. This solicitation emphasizes a total small business set-aside under NAICS code 541990 and follows simplified acquisition procedures. Contractors must provide all necessary labor, materials, and services for the restoration, with a delivery deadline of July 23, 2025. The evaluation criteria for proposals include technical capability, past performance, and price reasonableness. Offerors must submit a management plan detailing how they will meet the project's needs, along with resumes for key personnel, and discuss their past experiences with similar projects. The proposal must reach the Contract Specialist, Roselyn Sessoms, by September 13, 2024, at 2:00 PM ET. A site visit can be arranged prior to submitting bids. This procurement reflects the government's commitment to historical conservation and the promotion of small businesses, reinforcing compliance with federal regulations regarding contracting and services.
    The Technical Questionnaire for the project "Restore Exedra Wood Components" at Thomas Edison National Historical Park outlines critical questions designed to evaluate contractor proposals. The solicitation emphasizes the importance of detailed responses concerning project execution, adherence to the statement of work, and cost management. Respondents are asked to detail their project plan, relevant experience with similar projects, knowledge specific to the restoration work, equipment to be utilized, and quality assurance strategies. Each section highlights the necessity for clarity and thoroughness, as vague answers may lead to disqualification. The purpose of this document is to ensure that selected contractors possess the required expertise and resources to successfully complete the restoration while maintaining compliance and quality standards, thereby preserving the historical integrity of the site.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    M--HAFC EISE DESIGN BUILD VC EXHIBITS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the design, fabrication, and installation of new exhibits at the Eisenhower National Historic Site in Gettysburg, Pennsylvania. The project aims to enhance visitor engagement and accessibility through the development of interpretive exhibits that reflect the life and legacy of Dwight D. Eisenhower, utilizing universal design principles and incorporating interactive elements such as tactile maps and digital signage. This initiative is crucial for preserving historical narratives and improving educational outreach at the site, with a total small business set-aside under FAR 19.5. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Sheila Spring at SheilaSpring@nps.gov or by phone at 304-535-6239.
    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.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterior painting and fire retardant application at Lassen Volcanic National Park. The project involves painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to shake shingles on 19 historic structures within the park. This initiative is crucial for preserving the park's historic buildings while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes electronically by 3 PM PST on September 20, 2024, and can contact Phaedra Fuller at phaedrafuller@nps.gov for further details. The estimated contract value ranges from $100,000 to $250,000, with the performance period extending from September 30, 2024, to July 31, 2025.
    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.
    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.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.