Y--YELL 310533 Rehabilitate and Improve Old Faithful
ID: 140P2024R0050Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park, identified as project YELL 310533. This project involves constructing a new water treatment plant, upgrading existing infrastructure, and ensuring compliance with environmental and safety regulations. The initiative is crucial for maintaining the park's water supply systems and enhancing overall operational efficiency. Interested contractors should note that the proposal submission deadline is set for December 18, 2024, at 2:00 PM Mountain Time, with a projected contract value exceeding $10 million. For further inquiries, potential bidders can contact Vicki Freese-supler at vicki_l_freese-supler@nps.gov or by phone at 720-402-8467.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the layout and location of several key structures in the Old Faithful area, including an abandoned wastewater treatment plant and an emergency services building. It provides directional guidance towards Madison and West Thumb, indicating an overall geographic orientation crucial for emergency response planning and site management. The mapping of the facilities and the visual representation suggest an emphasis on efficient access to administrative areas. This strategic overview is likely relevant for government Request for Proposals (RFPs) and grants aimed at improving infrastructure or addressing emergency preparedness in national parks or similar environments.
    The document outlines the designated meeting area for a specific emergency services operation, indicating a clear convergence point for participants involved in related activities. The 'Entrance to Admin. Area' is referenced as the meeting location, with an emphasis on the 'Emergency Services Building (ESB) Parking Area,' which is identified as the assembly point. Furthermore, there is a specific mention of 'Old Faithful Meeting Place: ESB,' suggesting a traditional or recurring nature of the gathering in relation to emergency services. This information serves as logistical guidance for attending individuals, organizing their arrival at the designated site for efficient participation in planned activities. The document's structure is straightforward, focusing primarily on location details to facilitate coordination among emergency personnel in the context of federal or local responses to emergencies.
    This document is an amendment related to Solicitation No. 140P2024R0050, concerning the rehabilitation and improvement of the Old Faithful Water Treatment System. The amendment outlines the acknowledgment requirements for receipt, which can be submitted through various methods prior to the specified deadline of December 18, 2024, at 2:00 p.m. Mountain Time. It clarifies that the due date for questions remains unchanged as November 18, 2024. Additionally, it refers to a Regulated Building Materials Survey conducted on November 30, 2021, by Terracon Consultants, Inc., which is part of the project documentation. While several elements of the original solicitation remain intact, this amendment indicates a need for timely acknowledgment to prevent potential rejection of offers. Overall, the amendment facilitates communication and helps ensure compliance with pre-existing timelines and project specifications, ultimately emphasizing the project's continued progress and adherence to federal contracting regulations.
    The document provides an overview of gravel pit inspections in the Yellowstone National Park area for the 2023-2024 period, presenting key details on the status of various gravel pits operated by different companies across Montana and Idaho. Each entry includes the name of the pit, its operator, location, contact information, inspection status for the previous and current periods, and expiration dates for permits. Most pits achieved a "PASSED" status during inspections, indicating compliance with regulations, while others faced closures or failures due to various issues, including uncontactable operators and problematic environmental concerns like weeds. Key contact personnel for queries regarding inspections are identified, including Vincent Nagashima and Pam Schaefer. This report serves to ensure compliance with environmental and operational standards for gravel pits, highlighting the importance of maintaining quality and safety in extraction operations within federal and state jurisdictions. Overall, the document underscores the commitment of the National Park Service to oversight and regulation of natural resource extraction in protected areas.
    The Small Business Participation Document outlines requirements for Offerors in federal and state/local RFPs to detail their commitment to small business participation in acquisitions. Offerors must categorize themselves as either a large or small business and indicate specific types of small businesses involved, such as Small Disadvantaged, Woman-Owned, HUBZone, Veteran-Owned, and Service-Disabled Veteran-Owned Small Businesses. They are required to submit the total percentage of work allocated to both large and small businesses, ensuring these percentages sum to 100%. Additionally, the document asks for an outline of the supplies or services to be provided by small businesses and the level of commitment to using them, including any contractual agreements or joint ventures. Importantly, non-U.S. small businesses must additionally submit a subcontracting plan, meeting all specified FAR requirements. The document emphasizes the federal government's goal of promoting small business participation in federal contracts and outlines essential steps for compliance and reporting within the procurement process. This participation is critical for leveraging diverse talents and fostering economic growth.
    The Small Business Subcontracting Plan outlines requirements for large business Offerors in federal contracts exceeding $750,000. It stipulates the necessity of submitting a subcontracting plan detailing goals for small business participation, categorized by type, including Veteran Owned, HUBZone, and women-owned businesses. The National Park Service (NPS) has set specific subcontracting goals: 42% for small business concerns and various percentages for others, which Offerors must strive to meet. The document requires detailed projections of subcontracting values, methods for determining these goals, and efforts to identify potential subcontractors. It emphasizes making good faith efforts to include small businesses in contract performance and mandates recordkeeping to ensure compliance with subcontracting goals. Ultimately, this plan fosters equitable opportunities for small businesses to contribute to federal contracts, as monitored by the NPS and the Small Business Administration. This process underscores the government's commitment to promoting small business participation in federal contracts, aiding economic growth and diversity within the contracting landscape.
    The National Park Service is preparing to solicit proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System in Yellowstone National Park, to address aging infrastructure and compliance issues. The project, classified under construction of water supply facilities, will involve comprehensive upgrades to the existing water treatment plant, including the construction of a new building, upgrades to various systems including chemical feeding and treatment, and improving safety and monitoring protocols. Key features of the project include new water treatment systems capable of consistently removing arsenic, the construction of support structures, and the renovation of existing facilities. The pre-solicitation notice emphasizes the importance of compliance with environmental regulations, including an existing EPA administrative order addressing the current plant's operation. Interested vendors must register on SAM.gov with an active UEI number and can expect the official solicitation to be released around September 11, 2024, with a project budget exceeding $10 million and an estimated completion timeframe of approximately 822 days. A pre-proposal meeting is planned to facilitate discussion among potential bidders. The project aims to ensure robust opportunities for small businesses and promotes cooperation with the SBA for subcontracting. This procurement exemplifies the government’s commitment to enhance public infrastructure while safeguarding environmental standards.
    The Yellowstone National Park project focuses on rehabilitating and improving the Old Faithful Water Treatment System. The project, identified as YELL 310533, includes extensive construction plans for a new water treatment plant building, along with various infrastructure needs such as piping, chemical storage systems, and laboratory facilities. Specific tasks involve constructing a new building, installing a Process Control System (PCS), and providing essential water treatment equipment. The contractor is also responsible for demolishing existing structures, including the old water treatment plant and septic systems, and rehabilitating waste ponds. The contractor is required to follow strict environmental and safety regulations, minimize disruption to park operations, and restore landscapes post-construction. Access for public use and administrative purposes must be maintained, with clear signage and traffic control plans in place. The document outlines the need for coordination with utility companies and emphasizes compliance with sustainability and preservation guidelines outlined by the National Park Service. Overall, this project underscores the federal government's commitment to improving essential infrastructure within national parks while maintaining environmental integrity and public safety.
    Shannon & Wilson submitted a Geotechnical Interpretive Report to Jacobs Government Services for the replacement and rehabilitation of wastewater treatment plants (WWTPs) at Yellowstone National Park. The report assesses three project areas: Canyon Village, Grant Village, and Old Faithful, providing geotechnical recommendations following prior reports. The investigation included a geotechnical survey, subsurface explorations, and laboratory testing to determine site conditions and design considerations. Key findings highlight potential geologic hazards such as hydrothermal activity, soil corrosion, and liquefaction risks at various depths across the sites. The subsurface conditions reveal a mix of glacial deposits, altered bedrock, and varied groundwater levels, which influence design choices. The report recommends seismic design parameters based on the International Building Code, with mitigation strategies for liquefaction including overexcavation and ground improvement techniques like vibrocompaction and rammed aggregate piers. This document shapes the foundation for project planning and implementation, ensuring safety and structural integrity amid the unique challenges of the Yellowstone environment, essential for the National Park Service's construction activities.
    The document serves as an amendment to a solicitation for the rehabilitation and improvement of the Old Faithful Water Treatment System as described in the YELL 310533 project. Key points include providing final answers to questions, updates for the Fiber Optic Communication System specifications, and additional instrument details. The proposal due date is reaffirmed as December 18, 2024, at 2:00 p.m. Mountain Time, with all other terms and conditions remaining unchanged. The detailed specifications cover various project management aspects, construction requirements, and quality standards. Specific sections address general requirements, safety protocols, and quality requirements, outlining procedures for contractor responsibilities and compliance. The document emphasizes the need for detailed submittals regarding the Fiber Optic Communication System, including installation practices, test plans, and personnel qualifications. It also specifies environmental requirements for fiber optic cable installations and outlines quality assurance measures such as manufacturer qualifications and installation standards. The amendment is crucial for ensuring potential contractors understand the updated requirements and expectations, aligning project execution with government standards and timelines.
    The document pertains to Amendment No. 0004 for the solicitation related to the rehabilitation and improvement of the Old Faithful Water Treatment System. It outlines procedures for acknowledging the amendment and specifies that offers must be updated to reflect this amendment. Key changes include the provision of previously received Questions and Answers, and the distribution of a corrected Geotechnical Report. The cut-off date for further questions remains November 4, 2024, while the proposal submission deadline is set for November 12, 2024, at 2:00 p.m. MT. Despite these modifications, all other terms and conditions of the solicitation continue unchanged. This amendment indicates the government's intent to ensure clarity and compliance among bidders, enhancing the overall quality and accuracy of proposals submitted for the water treatment improvement project, thereby aligning with federal procurement practices.
    The document is an amendment to solicitation number 140P2024R0050 for the "Rehabilitate and Improve Old Faithful Water Treatment System" project. It serves to provide updated information, specifically addressing questions raised by potential bidders and reaffirming key deadlines, including the proposal due date set for December 4, 2024. The amendment outlines changes, clarifications, and the responses to inquiries about project specifications and requirements. It confirms deadlines for submitting questions and details accepted modifications regarding submissions from contractors. Notable responses include clarifications on project requirements such as the number of necessary contracting officer trailers, pipe sizes for installation, and acceptable flow meter brands. Additionally, it provides guidance on coordination for conduit installations and the requirement of a list of pre-approved aggregate sources for construction. Overall, this amendment ensures clarity and provides necessary adjustments to maintain the integrity of the bidding process, reflecting the government's commitment to transparency and adherence to procedural standards in public procurement.
    The document outlines amendments to the federal solicitation (140P2024R0050) for rehabilitating and improving water treatment systems at Yellowstone National Park. It includes responses to submitted questions and a corrected Geotechnical Report as part of Amendment 4. The project encompasses three primary areas: Canyon Village, Grant Village, and Old Faithful, focusing on wastewater and water treatment plants and their infrastructure. Each site underwent detailed geotechnical investigations to assess conditions for construction, revealing various geological features, such as glacial deposits, volcanic bedrock, and hydrological concerns. The amendment specifies that the cutoff date for questions is November 4, 2024, with proposals due by November 12, 2024, at 2:00 PM MT. Additional documentation is referenced to ensure clarity and compliance in the project’s execution, emphasizing the need for timely acknowledgment of amendments to avoid rejection. The report underscores the importance of thorough geotechnical investigations in planning and executing infrastructure projects within sensitive environments like national parks.
    The document is an amendment to a solicitation numbered 140P2024R0050, concerning the rehabilitation and improvement of the Old Faithful Water Treatment System. The amendment serves to replace two wage determinations with updated versions and requests all offerors to extend their pricing for an additional 45 days, shifting the deadline from March 18, 2025, to May 2, 2025. Responses to this amendment are required by February 14, 2025, by 2:00 PM MST. The overall conditions of the original solicitation remain unchanged. The document highlights the continuous administrative modifications necessary for compliance in contract management, vital for ensuring fair labor compensation in federal contracts. This reflects the government’s commitment to timely and updated contracting practices, essential for project execution and contractor participation.
    The document outlines an amendment to federal solicitation 140P2024R0050 regarding the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park. The amendment includes updates such as the inclusion of a Pre-Proposal Conference Sign In Sheet and Agenda, revised deadlines for questions and proposal submissions, and modifications to construction specifications and drawings. Key changes allow contractors to address submitted proposals electronically and detail the scope of work, including building a new water treatment plant and associated facilities. Additional stipulations encompass site management, safety regulations, labor laws, and environmental requirements, ensuring compliance with National Park Service regulations. The contractor is responsible for managing subcontractors, maintaining safety standards, and adhering to minimum wage rates reflective of the Davis-Bacon Act. The anticipated notice to proceed is set for April 15, 2025, with a significant contract value exceeding $10 million. The document serves as a critical guide for contractors participating in the bidding process, emphasizing adherence to administrative and safety protocols while thereby maintaining the characteristics and ecological integrity of the park environment.
    The document pertains to Amendment 8 of the solicitation 140P2024R0050 for the "Rehabilitate and Improve Old Faithful Water Treatment System" project. The main purpose of this amendment is to provide updates, including the extension of the proposal due date to December 18, 2024, and a prolongation of the overall performance period to 1,078 calendar days post-Notice to Proceed. Additionally, it contains responses to contractor inquiries regarding project specifications, submission requirements, and changes to performance criteria. Significant updates include the clarification of project design elements, such as requirements for piping sizes, the need for contractor trailers, and confirmation of access to the park for construction personnel. There are also detailed responses to questions about instrumentation, control systems, and specific project tasks. Furthermore, the document highlights the importance of adhering to regulations while allowing flexibility in contractor performance timelines. Overall, the amendment reflects the government's efforts to ensure clarity and compliance with the solicitation's parameters while accommodating contractor concerns, thereby facilitating progress in the project's execution within the prescribed guidelines.
    The document pertains to an amendment of solicitation 140P2024R0050, which involves the rehabilitation and improvement of the Old Faithful Water Treatment System. It outlines the conditions for acknowledgement of receipt of the amendment by offerors, emphasizing that failure to acknowledge could result in offer rejection. Key procedures include a mandatory pre-bid meeting at the Emergency Services Building, to be held at 9:00 a.m. Mountain Time, with RSVP required by September 20, 2024. Additionally, offerors must submit questions by October 1, 2024, to clarify any uncertainties before the proposal due date. The amendment serves to update those interested in bidding, ensuring they meet the outlined requirements, and reinforces the importance of timely communication. All original terms and conditions of the solicitation remain in effect, emphasizing the continuity and compliance expected in the bidding process. This document highlights the government's structured approach to managing solicitations through precise requirements and clear timelines, central components in federal contract bidding and grant management.
    The document pertains to an amendment of solicitation number 140P2024R0050 for the rehabilitation and improvement of the Old Faithful Water Treatment System. It serves to notify bidders of updates and modifications to the previously issued solicitation. Specifically, the amendment includes the Pre-Proposal Conference Sign In Sheet and Agenda, changes the deadline for questions to November 4, 2024, and modifies the submission date for Business and Cost Proposals to November 12, 2024, at 2:00 p.m. MT. Additionally, it outlines alterations to certain construction specifications and drawings, including the removal and replacement of specific construction documents. Importantly, all other terms and conditions remain unchanged. The document emphasizes the necessity for contractors to acknowledge receipt of the amendment to ensure their offers are considered, highlighting strict compliance requirements typical of federal contracting processes.
    This document is an amendment to the solicitation for the project titled "YELL 310533 - Rehabilitate and Improve Old Faithful Water Treatment System." The amendment serves several purposes: it provides responses to questions submitted to date and includes a report on Gravel Pit Inspections. The cut-off date for further inquiries is confirmed as November 4, 2024, with the proposal submission deadline remaining on November 12, 2024, at 2:00 p.m. MT. The amendment emphasizes the requirement for contractors to acknowledge its receipt to ensure the validity of their offers, specifying methods of acknowledgment. It notes that although specific aspects have been altered or clarified, all other terms and conditions of the original solicitation remain unchanged. This amendment forms part of the federal contracting process, ensuring transparency and clarity in the procurement of services related to the rehabilitation and improvement of essential public infrastructure.
    This document is an amendment to solicitation no. 140P2024R0050 regarding the rehabilitation and improvement of the Old Faithful Water Treatment System. It outlines the procedures for contractors to acknowledge receipt of the amendment, emphasizing that failure to do so may result in rejection of their offers. The amendment provides crucial updates, including answers to previously submitted questions and the correct Geotechnical Report necessary for the proposal. The cutoff date for further questions remains November 4, 2024, while the proposal submission deadline is specified as November 12, 2024, at 2:00 p.m. MT. The amendment is executed under the regulations stated in FAR 43.103(b) and affirmatively states that all prior terms and conditions remain unchanged. The document ensures that potential contractors have the most current information necessary for a competitive proposal, while maintaining strict adherence to protocol related to the solicitation process.
    The document outlines Amendment 4 to solicitation 140P2024R0050, pertaining to the rehabilitation and improvement of the Old Faithful Water Treatment System. This amendment provides essential updates, including the transmission of previously omitted documents to SAM.gov, specifically a set of Questions and Answers and the correct Geotechnical Report. The reminders within the amendment emphasize that potential contractors must acknowledge receipt of the amendment by the specified deadline to ensure their offers are considered. The timeline for submitting questions remains until November 4, 2024, with proposals due by November 12, 2024, at 2:00 p.m. Mountain Time. Overall, the amendment maintains existing contract conditions while stressing the importance of timely communication regarding changes. This document highlights the procedural aspects of managing federal solicitations, ensuring clarity and compliance for interested contractors.
    The document is an amendment to solicitation 140P2024R0050 regarding the project YELL 310533, which involves the rehabilitation and improvement of the Old Faithful Water Treatment System. The amendment primarily serves to extend the proposal submission deadline to December 4, 2024, at 2:00 P.M. Mountain Time, and to extend the question cutoff date to November 18, 2024. It outlines the necessary protocols for acknowledging receipt of the amendment, indicating that offers must be submitted with acknowledgment prior to the specified date to avoid rejection. All other terms and conditions associated with the original solicitation remain unchanged. Additionally, the document describes the administrative aspects of the contract modification, including compliance with FAR regulations. This communication reflects the structured process of updating contractors within federal procurement frameworks, ensuring clarity and compliance in the proposal process.
    The amendment to solicitation number 140P2024R0050 pertains to the project "YELL 310533 - Rehabilitate and Improve Old Faithful Water Treatment System." This document outlines the process for acknowledging the receipt of the amendment and establishes guidelines for submitting offer modifications. Contractors must acknowledge the amendment by the specified deadline to avoid rejection of their offers. The proposal due date is reaffirmed as December 4, 2024, at 2:00 P.M. Mountain Time, with a question cutoff date of November 18, 2024. Additionally, the document includes responses to questions received up to that point. All other solicitation terms and conditions remain unchanged. This amendment ensures clarity and fairness in the bidding process while fostering compliance with procurement protocols in federal contracting.
    The document pertains to a solicitation amendment for the YELL 310533 project, which focuses on rehabilitating and improving the Old Faithful Water Treatment System. Key elements of the amendment include providing responses to questions received thus far, updating the Small Business Participation and Subcontracting Plan forms, and extending the project’s overall performance period to 1,078 days post-Notice to Proceed. Additionally, the due date for proposals has been revised to 2:00 p.m. Mountain Time on December 18, 2024. It's highlighted that the cutoff date for questions remains unchanged at November 18, 2024. The amendment stresses that offerors must acknowledge receipt prior to the specified date to avoid rejection of their proposals, maintaining all other terms and conditions without alteration. This document reflects standard procedures in federal RFPs, ensuring clarity in changes and compliance for stakeholders involved in the bidding process.
    The document pertains to an amendment for solicitation number 140P2024R0050, which addresses the rehabilitation and improvement of the Old Faithful Water Treatment System. The amendment serves several purposes, including providing answers to final questions from contractors, updating specifications for the Fiber Optic Communication System, and giving additional instrument details. It also includes further information in response to inquiries about contractor RV camps. The proposal submission deadline remains set for 2:00 p.m. Mountain Time on December 18, 2024, unchanged from previous dates. All other terms and conditions of the solicitation are maintained as previously defined. The document outlines requirements for acknowledging receipt of this amendment and indicates necessary updates for proposals already submitted. The amendment's intent is to facilitate clarity and ensure compliance with updated project specifications and contractor queries.
    The document pertains to an amendment of the solicitation number 140P2024R0050, related to the rehabilitation and improvement of the Old Faithful Water Treatment System. The amendment stipulates that offers must acknowledge receipt of this amendment by specific methods to avoid rejection. Modifications include the provision of a Regulated Building Materials Survey for the Old Faithful Water Treatment Plant conducted by Terracon Consultants, Inc., with a due date for proposals set for 2:00 p.m. Mountain Time on December 18, 2024. The due date for questions remains unchanged at November 18, 2024. All other terms and conditions outlined in the solicitation will remain intact, emphasizing the need for compliance with the modified requirements. The document serves as an official communication from the NPS Contracting Services Division, ensuring clarity regarding the solicitation process for potential contractors and reaffirming the importance of timely acknowledgment for bid eligibility.
    The document pertains to an amendment for solicitation 140P2024R0050 regarding the rehabilitation and improvement of the Old Faithful Water Treatment System. It outlines the process for acknowledging receipt of this amendment by contractors, indicating that failure to do so by the specified time could lead to rejection of their offers. Key changes include the replacement of prior wage determinations with updated ones and a request for offerors to extend their pricing for 45 additional days, from March 18, 2025, to May 2, 2025. The deadline for responses to this amendment is set for February 14, 2025, at 2:00 PM MST. Overall, the document maintains that all other terms of the original solicitation remain unchanged, emphasizing the procedural requirements and clarity in contract management for the federal government’s contracting process.
    The document outlines a Request for Proposals (RFP) for the rehabilitation and improvement of the Old Faithful Water Treatment System in Yellowstone National Park. It is an unrestricted full and open competition with an estimated price range exceeding $10 million. The contractor is expected to start work within 10 calendar days of receiving the notice to proceed and complete the project within 822 calendar days. Key project components include constructing a new water treatment building, upgrading water intake systems, and demolishing existing structures as needed. Several optional services are available, and costs for these must be included in proposals. The document emphasizes adherence to federal, state, and local tax requirements, mandates bond provisions, and specifies that contractors must meet performance and payment bond requirements. Instructions for proposal submissions, including dates and site visits, are provided in detail. Additionally, the document stipulates the contractor's accountability for quality control, ongoing inspections, and adherence to safety protocols. The RFP reflects government commitment to improve facilities while ensuring environmental safety and compliance with public regulations.
    The document outlines a fire protection and tree removal plan for the Old Faithful Water Treatment Plant (WTP) in Yellowstone National Park. Specifically, it details the areas affected by construction activities, emphasizing the removal of trees within designated fire protection zones to minimize wildfire risk. The plan includes specifications for tree thinning and removal, particularly near protected wetlands, while ensuring compliance with environmental guidelines. Contractors are required to flag trees for removal, receive approval from the contracting officer, and perform a walkthrough before any work begins. The accompanying drawings indicate construction limits and highlight areas for landscape restoration following the project's completion. Critical notes stress the importance of adhering to natural preservation standards, protection protocols for wetlands, and careful handling of vegetation during the construction phase. This initiative reflects the government's commitment to managing park resources effectively while ensuring public safety and environmental sustainability.
    The document consists of a series of digitally signed entries primarily dated between October 18, 2023, and August 15, 2024. This file relates to various government RFPs (Requests for Proposals) and grants at the federal, state, and local levels. The repetitive digital signatures indicate ongoing validation or approval processes for proposals or reports submitted during this timeframe, suggesting an active engagement in governmental procedures or funding opportunities. Key components may include established timelines, submission deadlines, and procedural requirements vital for navigating these solicitations. The consistency of dates implies a structured approach to managing multiple projects or proposals, highlighting the importance of timely submissions and compliance in accessing government resources. In summary, the document underscores the procedural framework and administrative rigor inherent in federal and local government procurement and grant processes.
    This document appears to consist of digital signatures associated with multiple RFPs, grants, and approvals dated between October 2023 and March 2024. The majority of entries relate to various digital signing processes, likely confirming the receipt or approval of these government requests or financial applications. The recurring date of October 18, 2023, suggests a significant session when multiple documents were signed or finalized, while subsequent dates, like March 28, 2024, may indicate deadlines or milestones tied to these RFPs and grants. The signatures imply a structured process involving verification and endorsement by relevant authorities, ensuring adherence to federal and state regulations. Overall, the document illustrates the procedural framework essential for the implementation of government proposals and funding distribution, highlighting the importance of proper documentation and signatures in public sector contracts and grants.
    Similar Opportunities
    56--YELL - Hot Mix Asphalt
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the provision of hot mix asphalt services at Yellowstone National Park. The project requires the contractor to supply and mix approximately 6,300 tons of hot mix asphalt using a mobile plant located at Norris Junction Pit, with operations scheduled from August 1, 2025, to October 31, 2025. This procurement is vital for maintaining the park's road infrastructure, ensuring safe access for visitors while adhering to environmental standards and operational protocols. Interested vendors must submit their proposals by March 17, 2024, and direct any inquiries to Sally Leitch at sallyleitch@nps.gov or by phone at 720-450-5172.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Arco, Idaho. The project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. This initiative is crucial for enhancing park infrastructure and ensuring compliance with federal guidelines, reflecting the government's commitment to environmental stewardship and public accessibility. Interested contractors should note that the estimated construction cost ranges from $1,000,000 to $5,000,000, with proposals due by March 31, 2025. For further inquiries, contact Paula Teague at paulateague@nps.gov.
    Z--BIBE 317515 Replace Chisos Lodge Rehab Water
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the Chisos Mountains Lodge and the rehabilitation of the water system at Big Bend National Park in Brewster County, Texas. The project encompasses two main components: the demolition and replacement of the existing lodge and camper store, along with the expansion of restroom facilities at the visitor center, and the installation of new potable water treatment and storage facilities, including the replacement of the existing water distribution system. This initiative is crucial for enhancing visitor experience and maintaining essential services within the park, with an estimated project cost of $10 million or more and an anticipated performance period of approximately 549 calendar days. Interested vendors must register with the System for Awards Management (SAM) and obtain a DUNS number, and they can contact Bruce Beck at brucebeck@nps.gov or 303-969-2318 for further information.
    Y--FODO253278 Rehab the Visitor Center Attachment
    Buyer not available
    The National Park Service (NPS) is seeking qualified businesses to participate in a Sources Sought Notice for the rehabilitation of the Fort Donelson Visitor Center located in Dover, TN. The project, valued between $1-5 million, aims to complete existing work and implement critical repairs, including the construction of a new two-story addition that will enhance accessibility and feature an interpretive center. This initiative underscores the NPS's commitment to preserving historic sites while improving visitor engagement through modern facilities. Interested parties must submit their qualifications, bonding capacity, and relevant project experience by 5 PM EST on March 3, 2025, with further details available from John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation Number 140P2025R0015. The project involves significant construction efforts, including the installation of a new dry-pipe fire suppression system, construction of a new maintenance building, and various utility improvements, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by the specified deadline and can contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.
    MAINTAIN WASH RACK EQUIPMENT AT FORT CRONKHITE
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of wash rack equipment at Fort Cronkhite, located within the Golden Gate National Recreation Area in Marin County, California. The project involves the removal, replacement, and reinstallation of industrial water treatment equipment, including biosorb and filtration systems, as well as the replacement of damaged flooring with marine-grade materials and the application of protective coatings. This maintenance work is crucial for ensuring the operational integrity and safety of the facility, adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by 1:00 PM PDT on March 26, 2025, following a mandatory site visit on March 12, 2025. The estimated contract value ranges from $25,000 to $100,000, and inquiries can be directed to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    Z--Craters of the Moon NP: Rehab Restroom
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of restroom facilities at the Craters of the Moon National Preserve Visitor Center. The project involves a remodel of the existing bathroom, including the installation of ADA-compliant fixtures, wall-mounted water closets, and updated plumbing layouts, while ensuring compliance with local building codes and safety regulations. This renovation is crucial for enhancing visitor experience and accessibility at the park, reflecting the government's commitment to modernizing public facilities. Interested contractors must submit their proposals by March 31, 2025, with the contract period set from April 14, 2025, to February 16, 2026. For further inquiries, potential bidders can contact Geraldine Larsen at geraldinelarsen@nps.gov.
    Z--SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the inspection and cleaning of a 50,000-gallon potable water tank at Sunset Crater National Monument in Arizona. The project requires contractors to perform thorough inspections using remotely operated vehicles (ROVs) or divers, ensuring compliance with environmental and safety standards, while also providing detailed reports with photographs and recommendations. This initiative underscores the importance of maintaining safe and reliable public water systems, with a total small business set-aside to encourage participation from small enterprises. Interested contractors must submit their quotes by March 14, 2025, and can contact Rebecca Myers at rebeccamyers@nps.gov or 719-715-3625 for further information.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge preservation 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, while ensuring minimal disruption to public use and compliance with environmental regulations. This initiative is crucial for maintaining the infrastructure of a significant national park, reflecting the government's commitment to public safety and environmental stewardship. Interested contractors should note that the estimated contract value exceeds $10 million, with proposals due by March 17, 2025, at 12:00 PM MT; for further inquiries, contact Zaira Lupidi at zairalupidi@nps.gov.
    J045--Water Treatment Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a water treatment service contract at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. The contract, valued at up to $30 million, requires the contractor to maintain various water systems through monthly treatments, including the supply of necessary chemicals, management of repairs, and adherence to safety standards. This procurement is particularly significant as it supports the VA's commitment to engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and ensuring high-quality service delivery for veterans. Interested parties must submit their proposals by March 14, 2025, and can contact Contract Specialist Stephanie Watts at Stephanie.Watts@va.gov or 601-362-4471 for further information.