STLI 324873 Phase II Temporary Relocation of Ferry
ID: 140P2024R0053Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

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 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 marc_nguyen@nps.gov or 720-448-1166 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for a construction project known as "STLI 324873 Phase II Temporary Relocation of Ferry Embarkation and Security Screening Operations" in Battery, New York. This design-bid-build project is set aside for qualified 8(a) small businesses, with an estimated construction budget between $5 million and $10 million, classified under NAICS code 236220 for commercial and institutional building construction. The contractor is expected to begin work within a stipulated period post-award, with a performance timeframe from December 2, 2024, to June 30, 2025. Offers are to be submitted in sealed envelopes, with specific requirements for performance and payment bonds. The contractor's proposal must comply with all work requirements detailed in the solicitation. Public opening of bids will occur at the designated offer deadline. The contractor's commitment to the project includes adherence to the guidelines stated within the solicitation and acceptance of the proposal as a binding contract upon government award. This document emphasizes the government's focus on ensuring quality, compliance with federal regulations, and support for small business participation in federal contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    Y--Extend Public Launch Ramp at Hemenway Harbor - 332529, Lake Mead National Recre
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the construction of an extension to the public launch ramp at Hemenway Harbor in the Lake Mead National Recreation Area, Nevada. The project involves the in-water construction of approximately 1,100 linear feet of launch ramp, utilizing precast concrete panels, and requires significant excavation of soft sediment while maintaining partial operational capacity during a projected 730-day construction period. This initiative is part of the government's commitment to enhancing recreational facilities and is specifically designated for Indian Small Business Economic Enterprises (ISBEE), with an estimated project cost exceeding $10 million. Interested contractors must be registered in the System for Award Management (SAM) and possess a DUNS number, with the solicitation expected to be issued on or after September 26, 2024; for further inquiries, contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
    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.
    BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    REBUILD FAMILY HOUSING FORT WADSWORTH PHASE I AT U. S. COAST GUARD SECTOR NEW YORK, STATEN ISLAND, NY
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Rebuild Family Housing project at Fort Wadsworth, Staten Island, NY, which involves the design-build demolition and construction of new family housing facilities. The project aims to replace deteriorating apartment buildings with approximately 30 new townhome-style structures, including necessary site preparation, utility installation, and landscaping improvements. This initiative is crucial for enhancing living conditions for Coast Guard personnel and their families while adhering to federal regulations and historic preservation standards. Interested contractors must be part of the DHS/USCG National Multiple Award Construction Contract III - Pool One and submit their proposals by October 29, 2024, with a project budget estimated at $52 million. For further inquiries, contact Maria (Helen) Chapa-Johnson at maria.e.chapa-johnson@uscg.mil or Gabe Perez at gabriel.d.perez@uscg.mil.
    Y--Voya 308690: Replace Power Distribution
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the power distribution line at Voyageurs National Park in Minnesota, specifically the Kettle Falls district. The project involves replacing an underwater high voltage cable, multiple transformer boxes, and associated components to enhance safety and reliability, addressing critical issues such as compromised neutral wiring that poses safety risks and potential service disruptions. This infrastructure improvement is vital for maintaining operational continuity at park facilities, including fire suppression systems and food safety at the restaurant, with an estimated project budget of $11,154,900. Interested contractors must submit their proposals by October 4, 2024, and can direct inquiries to Timothy Burger at TimothyBurger@nps.gov or call 720-688-9530.
    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--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.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.