Z--Retaining Wall Replacement
ID: 140P6425B0008Type: Solicitation
AwardedAug 4, 2025
$538.6K$538,583
AwardeeSTANDARD CONTRACTING & ENGINEERING INC 6356 EASTLAND RD Brookpark OH 44142 USA
Award #:140P6425C0009
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking contractors for the replacement of a retaining wall along the Cuyahoga Valley Scenic Railroad in Ohio, under solicitation number 140P6425B0008. The project involves various construction tasks, including site clearing, wall construction, and compliance with American Railway Engineering and Maintenance-of-Way Association standards, with an estimated contract value between $500,000 and $1,000,000. This initiative is crucial for maintaining infrastructure integrity and safety within the national park, ensuring a service life of at least 30 years for the new wall. Interested small businesses must acknowledge the amendment and submit their bids electronically by the specified deadline, with a project completion timeline of 365 days following the notice to proceed. For further inquiries, contractors can contact Christopher Bauer at christopher_bauer@nps.gov or by phone at 330-468-2500.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal contract (Contract Number PIID 140P6425B0008) for general construction services, specifically set aside for total small business participation. The contract value spans a performance period of 365 days following the notice to proceed. It includes a report on limitations regarding subcontracting, emphasizing that a prime contractor must allocate 75% or less of the contract value to Similarly Situated Subcontractors (SSS) to comply with federal regulations. Details on amounts paid to various contractors, both SSS and Non-Similarly Situated Subcontractors (NSS), are included but not filled in, indicating ongoing assessments and evaluations of expenditures. The report aims to ensure proper financial management and adherence to subcontracting rules, which seek to promote fair competition and support small businesses in government contracts. The structure primarily categorizes information into task orders and payments, facilitating clarity in compliance reporting for federal contracts.
    The document outlines geotechnical boring logs for the CUVA MP40 Wall Replacement project located in Akron, Ohio, for the National Park Service and Cuyahoga Valley Scenic Railroad. It includes detailed data from two drilling sites, B-001-0-24 and B-002-0-24, utilizing a standard split-spoon sampling method. Notable findings include soil compositions ranging from silty sand to silt, with various moisture contents and densities at multiple depths. Key elements include ground elevations recorded at 878.8 ft and 880.5 ft respectively, alongside the corresponding depths of drilling, fill materials descriptions, and groundwater levels. The logs are organized in a structured format, capturing blow counts, penetration resistances, and other soil characteristics, emphasizing the importance of accurate geological assessments for the integrity of the wall replacement project. This file serves as a critical component in ensuring that the necessary engineering and construction standards are met, aligning with relevant federal and state regulations concerning infrastructural improvements.
    The Notice Criteria Tool Desk Reference Guide provides essential information for filing notifications with the Federal Aviation Administration (FAA) regarding proposed structures. It outlines filing requirements based on factors such as structure height, proximity to airports, and emitted frequencies, referencing CFR Title 14 Part 77.9. A filing must occur at least 45 days prior to construction for structures that potentially exceed the established criteria. The document includes a tool to evaluate whether proposed structures meet these criteria, considering various elements such as site elevation, structure height, and proximity to navigation facilities. It highlights scenarios that trigger the need for filing, including exceeding the height limit, proximity concerns to airports, and impact on navigation signals. The guide's primary aim is to inform and assist applicants in adhering to FAA regulations for safe construction practices near airports, ensuring air traffic safety and compliance.
    The document pertains to the Retaining Wall Replacement Project at Cuyahoga Valley National Park (CUVA), referenced by Solicitation #140P6425B0008, amended to address contractor inquiries. Key points outlined include: 1. Soil boring reports are provided to aid caisson drilling bids. 2. Necessary permits range from an "Oversize House/Load Permit" to an "NPDES/SWPPP Permit," with responsibility for obtaining all permits lying with the contractor. 3. On-site flagging is mandatory per construction requirements, irrespective of operations distance from tracks. 4. The historical hydraulic raceway is marked for awareness, though no additional drawings will be provided. 5. Concerns regarding ballast replacement will be assessed on a case-by-case basis, adhering to AREMA standards. 6. Existing timber retaining walls are to remain in situ without identified tie backs. The project's timeline is dependent on the Notice to Proceed. This document outlines essential project details to ensure compliance with regulations and coordination between contractors and various authorities, reflecting typical RFP processes in the federal sector.
    The document outlines a range of government-related activities concerning Requests for Proposals (RFPs) and federal/state grants. It serves as a comprehensive guide for agencies and entities looking to engage in competitive contracting opportunities aimed at addressing various community needs and improvements. The primary objectives involve soliciting proposals for projects, funding innovative solutions, and ensuring compliance with federal and state regulations. Key points include the types of projects eligible for funding, the application process for grants, evaluation criteria for proposals, and timelines for submissions. The document emphasizes transparency, accountability, and collaboration among stakeholders to maximize available resources efficiently. Moreover, it highlights the importance of addressing pressing issues such as environmental sustainability, public health, economic development, and infrastructure improvement through well-structured proposals that align with governmental goals. The content is structured logically, moving from an introduction to types of funding opportunities, key requirements for applicants, and concluding with guidance on project implementation and monitoring. Overall, the document essentializes pathways for accessing federal and state funding, reflecting a commitment to enhancing community welfare and stimulating economic growth through strategic government initiatives.
    The document outlines the bid schedule for the solicitation number 140P6425B0008, regarding the project titled "Replace Retaining Wall along CUVA Scenic Railroad." The bid includes multiple line items for which contractors must submit pricing, specifically lump-sum amounts. The contract encompasses various work components, including clearing and grubbing, earthwork, piling, precast plank wall installation, cast-in-place concrete walls, and topsoil and seeding, each requiring a total price determination. Offerors must provide pricing for the base line items as well as additional bid options. In the event of discrepancies in calculations, unit prices will take precedence, and costs should be rounded to whole dollars. The bidding process emphasizes adherence to specifications as outlined in Division 01. The document serves as an important guideline for contractors interested in submitting proposals for the project, ensuring compliance with federal grant protocols and local RFP procedures while focusing on infrastructure improvement along the scenic railroad.
    The Cuyahoga Valley National Park project involves the replacement of a 142.5-foot timber retaining wall along the Cuyahoga Valley Scenic Railroad in Brecksville, Ohio. This initiative, identified as PMIS NO. 246020, is driven by the deteriorating condition of the existing wall, which has shown distress since a Federal Highway inspection in the 1990s. The contractor must adhere to American Railway Engineering and Maintenance-of-Way Association standards for construction and ensure a minimum 30-year service life for the new wall. Key project tasks include site clearing, excavation, wall construction, and potential ballast replacement. The contractor must coordinate with local utility companies, the Cuyahoga Valley Scenic Railroad, and regional parks for access and safety compliance. Protection of existing utilities and historical sites is emphasized, with strict protocols for cultural resource discovery. The project is expected to be completed within 365 calendar days, inclusive of expected weather delays, and under a single contract. The document outlines requirements for contractor conduct, safety regulations, environmental protections, and detailed submittal procedures for project materials and plans, emphasizing adherence to federal and state guidelines.
    The document outlines a site plan for the Cuyahoga Valley National Park project, providing relevant geographical and logistical information. It details various roads, parks, nature centers, and attractions within the vicinity, including Cuyahoga River, Brandywine Falls, and the Ohio & Erie Canal Towpath Trail. Additionally, it features symbology for the site plan, indicating key locations and landmarks, such as environmental education centers and visitor centers. The plan serves as a guide for potential federal and state grants or RFPs aimed at enhancing local infrastructure and supporting environmental education initiatives. This document is essential for stakeholders in the project, enabling them to comprehend site dynamics and federal planning requirements. The overall aim is to bolster preservation efforts and improve accessibility to natural resources and recreational areas within Cuyahoga Valley, aligning with governmental objectives for conservation and public engagement.
    The document is an amendment related to solicitation number 140P6425B0008, which outlines important instructions for contractors on acknowledging receipt of the amendment prior to the specified deadline to avoid potential rejection of their offers. It also details modifications to an existing contract, including the posting of questions and answers from a site visit, boring locations and logs, and the FAA Notice Criteria Tool. Contractors must confirm their acknowledgment of this amendment by submitting a signed copy of the Standard Form 30 or the SF1442 in a specified manner. The form emphasizes that all existing terms and conditions remain in full force unless explicitly modified within this document. This amendment serves to ensure transparency and clarity in the progression of the contract, highlighting the importance of consultation and communication in government agreements and procurements. Overall, the document reflects standard procedures in federal contracting practices, emphasizing accountability and compliance in response to solicitation amendments.
    The document is a solicitation for bids for the construction of a replacement retaining wall near Bridge 436 in Ohio, specifically at milepost 40.3. The project, numbered 140P6425B0008, requires clearing, construction, and compliance with American Railway Engineering and Maintenance-of-Way Association (AREMA) standards, ensuring a service life of at least 30 years. The estimated project magnitude is between $500,000 and $1,000,000, and it is set aside for small businesses. A mandatory site visit is scheduled as part of the proposal process. The contractor must begin work within 10 calendar days after receiving a notice to proceed and complete the project within 365 days. Offerors must submit a sealed bid electronically, adhering to guidelines specified in the solicitation. Insurance coverage requirements and performance bonds are mandatory. The solicitation includes numerous regulatory clauses, emphasizing compliance with labor standards, safety regulations, and the necessity for proper inspections throughout the construction phase. Overall, this document underscores the government's push for high-quality infrastructure improvements while ensuring small business participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.gov.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.