John Ward Creek Bridge Replacement, KEMO
ID: 140P5125R0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the John Ward Creek Bridge Replacement project at Kennesaw Mountain National Battlefield Park in Marietta, Georgia. The project aims to replace an unsafe footbridge with a new pedestrian/equestrian bridge, stabilize the creek bed, and restore nearby trails, with a firm fixed price contract type set aside for Indian Small Business Economic Enterprises. This initiative is crucial for enhancing public safety and improving infrastructure within the park, ensuring compliance with federal regulations, including the Davis-Bacon Act for prevailing wages. Proposals are due by March 10, 2025, and interested contractors can contact Yanick Bard at Yanick_Bard@nps.gov or by phone at 404-507-5743 for further details.

    Point(s) of Contact
    Bard, Yanick
    (404) 507-5743
    (404) 562-3220
    Yanick_Bard@nps.gov
    Files
    Title
    Posted
    The document outlines the requirements and structure for a Bid Bond, specifically Standard Form 24, used when a bid guarantee is necessary in federal contracting. Key elements include details on the Principal (the bidding entity), the Surety (the bonding company), and the conditions under which the bond is valid. The bond guarantees that the Principal will execute a contract if their bid is accepted and provides a financial penalty for failing to do so. The bond also specifies that Sureties agree to extend their obligations if the bid acceptance period is prolonged, allowing for flexibility in bid negotiations. Further instructions clarify the execution requirements, including the necessity for corporate seals, liability limits, and the nature of surety arrangements, reinforcing the accountability of all parties involved. This document plays a critical role in government procurement by establishing financial security for contract execution, thereby ensuring smooth project delivery and compliance with legal obligations in federal, state, and local RFP contexts.
    The document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b) regarding the definitization of equitable adjustments for change orders in construction contracts. It mandates that agencies describe their procedures related to these adjustments and provide data on the time required to finalize them. This policy is designed to ensure transparency and efficiency in managing changes to construction contracts. For further details on the implementation of these regulations, interested parties can refer to the provided Department of the Interior link. The emphasis on establishing clear guidelines for change order adjustments is critical for effective contract administration in government procurement.
    The document outlines the wage determination for building construction projects in Cobb County, Georgia, under General Decision Number GA20250304, which took effect on January 3, 2025. It specifies that these projects must adhere to the Davis-Bacon Act, mandating certain minimum wage rates based on Executive Orders 14026 and 13658, applicable to various contracts depending on their award and renewal dates. Key wage rates for different crafts include: Asbestos Worker - $32.25, Electrician (non-low voltage) - $34.50, and Plumber - $39.13, among others. The document explains the classification of wage rates as union, survey, or state-adopted, providing intricate details about appeals regarding wage determinations and employee rights, including sick leave provisions under Executive Order 13706. Overall, this file serves as a relevant guide for contractors and construction companies to ensure compliance with federal wage standards in their projects, promoting fair labor practices in federally funded construction activities. The summary emphasizes the importance of strict adherence to these regulations to safeguard both worker rights and legal compliance within the context of government contracts and federal grants.
    The document outlines various federal and state/local Requests for Proposals (RFPs) and grant opportunities aimed at enhancing public services and community development. It emphasizes the importance of securing funding for innovative projects that address pressing issues such as environmental sustainability, public health, and infrastructure improvements. Key areas of focus include enabling partnerships among governmental agencies, non-profits, and private entities to leverage resources effectively. Moreover, the document details eligibility criteria, evaluation processes, and funding allocation mechanisms to encourage participation across diverse sectors. By promoting transparency and accessibility in the application process, the initiative seeks to engage a wide range of stakeholders in responding to community needs. This comprehensive approach not only fosters economic growth but also drives inclusivity in project planning and execution. Ultimately, the ministry is committed to empowering organizations to develop and implement solutions that improve quality of life and strengthen community resilience through effective use of federal and state resources. The overall goal is to stimulate local economies while ensuring accountable and measurable outcomes in funded projects.
    The document is a Past Performance Questionnaire associated with the federal solicitation number 140P5125R0001. It is intended for a project by the National Park Service at Kennesaw Mountain National Battlefield Park in Georgia, focusing on replacing an unsafe footbridge. Contractors are required to provide information regarding their past performance as a reference for the proposal. The questionnaire seeks detailed evaluations on several key aspects: overall performance, timeliness, and quality of work. Respondents must assess contractors using defined evaluation criteria ranging from "Exceptional" to "Unsatisfactory," while providing comments to support their ratings. The document outlines the necessary information to be included, such as contract references and contact details, and emphasizes the submission deadline prior to the RFP's closing date. This initiative falls under federal grant processes where performance history is crucial in determining contractor reliability and capability to fulfill project requirements.
    The document outlines a Request for Proposal (RFP) by the National Park Service, specifically for the John Ward Creek Bridge Replacement project at Kennesaw Mountain National Battlefield Park. It specifies various construction line items, including mobilization, concrete, and bridge demolition, among others, with quantities and units of measure provided for each item. Offerors must submit pricing for both base and option line items, with stipulations on error handling for calculations. The contract emphasizes the accuracy of pricing submissions, detailing that in instances of calculation errors, unit prices and total corrected amounts take precedence. Key elements include site grading, various types of fencing, grassing, and stone riprap, culminating in an overall contract price that includes overhead and profit. This document is part of broader federal contract procedures, ensuring compliance with the solicitation documents while reinforcing requirements crucial for potential bidders in construction contracts within federal frameworks.
    The document is a Request for Proposals (RFP) issued by the National Park Service for the John Ward Creek Bridge Replacement project at Kennesaw Mountain National Battlefield Park in Marietta, GA. The work involves replacing an unsafe footbridge with a new pedestrian/equestrian bridge, stabilizing the creek bed, and restoring the nearby trails. The RFP is specifically set-aside for Indian Small Business Economic Enterprises, following federal regulations, and includes a firm fixed price contract type. Contractors must submit proposals, which should consist of completed sections of the SF-1442 form and provide a detailed pricing schedule. Performance and payment bonds are required, alongside compliance with specific safety regulations, including adherence to Davis Bacon prevailing wages applicable to Cobb County, Georgia. A site visit is scheduled prior to proposal submission, and the final proposals are due by March 10, 2025. The document emphasizes compliance with various federal, state, and local regulations, detailing requirements for construction safety, environmental compliance, insurance, and subcontracting limitations, thereby underscoring the project's complexity and regulatory frameworks governing this federal solicitation.
    The document outlines the project specifications and requirements for the John Ward Creek Bridge Replacement at Kennesaw Mountain National Battlefield Park, Georgia, including construction management, environmental controls, waste management, and various structural aspects. Key components involve a comprehensive approach to safety during construction, archaeological protection, quality control of materials used, management of construction and demolition waste, and adherence to various regulatory standards. The document details responsibilities for the contractor regarding waste disposal, environmental protection, concrete specifications, and closeout procedures to ensure quality and compliance throughout the project lifecycle.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.
    Y--YELL 338221 - Bridge Preservation - 5 Bridges
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a bridge preservation project involving five bridges in Yellowstone National Park. The project encompasses various restoration tasks, including spall repair, crack sealing, hydrodemolition, and structural steel painting, with an estimated construction cost ranging from $1 to $5 million. This initiative is crucial for maintaining the integrity of park infrastructure while ensuring the protection of sensitive resources during construction. Interested businesses must submit their qualifications, bonding capacity statements, and relevant experience by February 6, 2025, to Shellie Murphy at shelliemurphy@nps.gov or by phone at 720-610-2690.
    Sources Sought Announcement for Design-Build Con Svc in VA. VA Creeper Bridge /Trail Reconstruction DB. USDA-FS, George Washington and Jefferson National Forest.
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for a design-build construction service project focused on the reconstruction of the VA Creeper Bridge and Trail in Damascus, Virginia. The procurement aims to enhance the infrastructure of the bridge and trail, which are vital for recreational access and environmental stewardship within the George Washington and Jefferson National Forests. This opportunity falls under the NAICS code 237310, which pertains to highway, street, and bridge construction, and is classified under the PSC code Z2LB for repair or alteration of highways, roads, streets, bridges, and railways. Interested parties can reach out to Steven J Alves at steven.alves@usda.gov or call 859-334-0524 for further details regarding this sources sought announcement.
    Y--FODO 253278 - Rehabilitate the Visitor Center
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. The project aims to complete existing work, repair previously installed elements, and construct a new two-story addition that will include an elevator and an interpretive center, with an estimated construction cost between $1-5 million. This rehabilitation is crucial for enhancing visitor experience while ensuring the park remains accessible during construction, which is expected to take 365 days. Interested businesses must submit their qualifications, bonding capacity, and prior experience by 5 PM EST on March 3, 2025, to John Babcock at johnbabcock@nps.gov, as part of the preliminary market research to inform the NPS's acquisition strategy.
    Notice of Intent for Removal/Installation of Bridge Stringers
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Nashville office, has issued a Special Notice regarding the removal and installation of bridge stringers in Jamestown, Kentucky. This procurement falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and involves the repair or alteration of dams as indicated by the PSC code Z2KA. The successful contractor will play a crucial role in maintaining infrastructure integrity, which is vital for transportation and safety in the region. Interested parties can reach out to primary contact Samantha Clay at samantha.j.clay@usace.army.mil or by phone at 615-736-7868, or secondary contact Samantha Bautch at samantha.d.bautch@usace.army.mil or 615-736-2020 for further details.
    Project VA NP BLRI 1G27 - Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the rehabilitation of the James River Bridge Structure No. 5140-016P along the Blue Ridge Parkway in Virginia. The project aims to enhance the bridge's safety and longevity by addressing critical maintenance tasks, including the replacement of bridge bearings, crack repairs, and the installation of a waterproof membrane, with an estimated total cost between $8 million and $12 million. This initiative is vital for maintaining infrastructure integrity and ensuring compliance with federal safety and environmental standards. Interested small business contractors must submit electronic bids by February 25, 2025, at 2:00 p.m. EST, and can direct inquiries to David Bogner or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Y--Saint Gaudens National Historical Park - REPAIR FOUNDATION AT BMD MILL
    Buyer not available
    The National Park Service is preparing to issue a Request for Proposal (RFP) for construction work at Saint Gaudens National Historical Park in Cornish, New Hampshire, specifically focused on repairing the foundation of the Blow-Me-Down Mill and conducting additional masonry repairs. This project is significant for preserving the historical integrity of the mill structure, which is vital to the park's heritage. The estimated contract value ranges from $500,000 to $1,000,000, with a firm-fixed price contract type, and it is exclusively set aside for small businesses under NAICS Code 236220. Interested contractors should note that the solicitation is expected to be published around February 3, 2025, and they must contact Contract Specialist Samuel McKenzie at samuelmckenzie@nps.gov for further inquiries.
    BIG HOLE NB CULTURAL RESOURCES SURVEY
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking a contractor to conduct a Class I and Class III cultural resources survey at Big Hole National Battlefield in Wisdom, Montana. This survey is essential prior to the replacement of the aging sewer system and the installation of new utility lines and facilities within the park, covering approximately 20 acres and adhering to the National Historic Preservation Act's Section 106 compliance. The project involves various tasks, including site visits, documentation review, and both pedestrian and subsurface investigations, all while navigating the challenges posed by the site's remote location. Interested contractors must submit their proposals, including a technical approach and pricing, by March 21, 2025, and can contact Geraldine Larsen at geraldinelarsen@nps.gov for further information.
    Y--BICY 229154
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex, designated as project number 140P2024R0084. The project involves constructing a 5,142 square foot facility that includes administrative spaces and utilities, with an estimated contract value between $1 million and $5 million. This initiative is part of the government's efforts to enhance infrastructure within national parks, ensuring safety and operational efficiency. Interested bidders, particularly women-owned small businesses, must submit their proposals by February 28, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Z--CONSTRUCTION, SERVICE, CROSSWALK LINE STRIPING, NATIONAL MALL AND MEMORIAL PARKS
    Buyer not available
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price contract focused on crosswalk line striping at the National Mall and Memorial Parks. The project aims to enhance pedestrian, motorist, and cyclist visibility by applying approved thermoplastic materials to designated crosswalks. This procurement is significant for maintaining safety and accessibility in one of the nation's most visited public spaces. The RFP is expected to be released around February 18, 2025, with a submission window of 30 days, and the estimated project cost ranges from $25,000 to $100,000. Interested contractors must have an active vendor record in SAM.gov and are encouraged to contact Christian Sanabria at ChristianSanabria@nps.gov or 470-819-0953 for further information.