Z--DEVA - AUTO SHOP VEHICLE LIFTS
ID: 140P8124Q0101Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The National Park Service (NPS) is seeking bids for the replacement of two vehicle service lifts at the Cow Creek Auto Shop within Death Valley National Park, California. The project involves the installation of hydraulic, four-post vehicle lifts to replace existing cable-driven models that have failed, ensuring compliance with safety standards and regulations throughout the process. This initiative is crucial for maintaining efficient vehicle maintenance facilities in the park, reflecting the government's commitment to operational safety and efficiency. Interested contractors must submit their bids by September 18, 2024, with an estimated construction cost between $100,000 and $250,000, and can contact Caleb Overbaugh at caleb_overbaugh@nps.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service is seeking contractors to replace failed vehicle lifts at the auto shop in Death Valley National Park, California. The project aims to install two hydraulic, four-post vehicle lifts, addressing current issues with cable-driven models. The contractor will handle the supply and installation of the lifts and ancillary equipment, ensuring compliance with specifications and safety regulations. Key tasks include moving, assembling, and wiring the lifts, with a focus on preventing exposure to hazardous materials like asbestos. The project timeline is set for completion within 180 calendar days following a notice to proceed, with several required submittals from contractors before work commencement, including safety plans and construction schedules. Compliance with various safety standards and local regulations is mandatory, and a one-year parts and labor warranty is required for all new equipment. This initiative highlights the federal government's commitment to maintaining operational efficiency and safety within national parks.
    The National Park Service intends to install two hydraulic vehicle lifts at the auto shop within Death Valley National Park, following mechanical failures of previous cable-driven lifts. The project is located in the Cow Creek maintenance yard, approximately three miles from the park's headquarters at Furnace Creek, California. The contractor will supply and install specified heavy-duty lifts and necessary ancillary equipment while adhering to safety standards and regulations, including the management of any hazardous materials present. Work will be conducted over a period of 180 days post-approval, requiring the contractor to submit a range of documents prior to project commencement, including construction schedules, safety plans, and compliance with applicable labor standards. Key responsibilities include transporting equipment, installation, testing, and providing training to park staff. All activities must comply with federal and local regulations, ensuring environmental and safety standards are met throughout the project duration. This initiative reflects the park's commitment to maintaining efficient vehicle maintenance facilities while prioritizing worker safety and regulatory compliance.
    The document outlines the general decision number CA20240020, effective from August 30, 2024, related to labor wage rates for various construction projects in California, specifically in Inyo, Kern, and Mono counties. This determination pertains to building, heavy, dredging, and highway construction, and is subject to the Davis-Bacon Act. Contracts awarded on or after January 30, 2022, require a minimum wage of $17.20 per hour, escalating annually based on the specified Executive Orders, while older contracts necessitate a minimum of $12.90. The document includes detailed wage classifications for various laborers, operators, and specialists, with a focus on specific skill sets such as boiler makers, electricians, and laborers, along with compensation structures including base rates and fringe benefits. Zones of additional pay based on geographical locations and particular worksite considerations, including military bases, are also specified. The information is crucial for contractors and subcontractors involved in federal projects to ensure compliance with wage determinations, facilitating fair payment practices and adherence to regulations in the context of RFPs and federal grants.
    The document outlines the Federal Acquisition Regulation (FAR) 36.211(b), which mandates that government agencies describe their policies and procedures for definitizing equitable adjustments related to change orders in construction contracts. This includes providing data on the time required to finalize these adjustments. The specified guidelines are significant for ensuring transparency and efficiency in managing changes within government construction projects. Further details and procedures can be accessed through the DOI's acquisition policy webpage. This regulation is fundamental for compliance with federal standards in construction contract administration, emphasizing the need for coherent processes in managing project modifications and their financial implications.
    The 2011 Asbestos Containing Materials Survey conducted for the National Park Service at Death Valley National Park compiled by MACTEC Engineering and Consulting, Inc. outlines the presence of suspect asbestos-containing materials (ACMs) across several buildings. The report details identified materials, which include various types of floor tiles, mastic, cove bases, wallboards, joint compounds, and roofing materials categorized by building identifiers. Notably, the survey includes laboratory results indicating no asbestos detected in numerous samples, addressing health and safety concerns related to hazardous materials in public facilities. Appendices detail non-asbestos-containing materials, along with specific sampling methodology and associated lab results. The State and federal guidelines dictate such assessments, ensuring compliance and public safety for renovations and maintenance of park facilities. This survey serves as an essential resource for contractors and governmental bodies in managing and mitigating potential asbestos exposure during proposed works at the park.
    The document serves as an amendment to a solicitation for a federal procurement process regarding the acquisition of heavy-duty vehicle lifts. It specifies the requirement to acknowledge receipt of the amendment before the designated due date, outlining acceptable methods for doing so. The amendment corrects a previous error in the Statement of Work, clarifying the specifications for two Stertil-Koni ST4.300-6 Heavy Duty Four-Post vehicle lifts, which must now use an electric-hydraulic drive system or hydraulically driven cables that adhere to safety standards. The period of performance for the contract is from September 27, 2024, to March 27, 2025. This amendment highlights the government's ongoing commitment to ensuring accurate procurement specifications while adhering to established safety regulations.
    The National Park Service (NPS) is seeking bids for the replacement of vehicle lifts at the Cow Creek Auto Shop in Death Valley National Park, under Request for Proposal (RFP) number 140P8124Q0101. This project is designated as a total small business set-aside, with an estimated construction cost of $100,000 to $250,000. Contractors must demonstrate prior experience with similar projects, provide a detailed report on relevant past performance, and comply with specified product features. The bid submission deadline is set for September 18, 2024, with all offers to be submitted via email to the contracting specialist, Caleb Overbaugh. The anticipated performance period is from September 27, 2024, to March 27, 2025, with work to occur primarily during standard business hours. Interested contractors are required to furnish performance and payment bonds, ensure compliance with the Buy American Act, and submit detailed pricing schedules. The procurement process adheres to simplified acquisition procedures under FAR Part 13, emphasizing timely evaluations and the assurance of equity among bidders. This solicitation illustrates the government's commitment to small businesses while ensuring the completion of necessary construction updates for park facilities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail project in Death Valley, California. This project involves the reconstruction of a 2,871-foot-long, ADA-accessible raised timber boardwalk trail, along with the removal of debris, reconstruction of a parking lot, and roadway improvements, all necessitated by severe flooding events in August 2022 and 2023. The initiative is crucial for restoring public access to natural resources while adhering to environmental standards, with an estimated project value between $5 million and $10 million. Interested small businesses must submit sealed bids by 2:00 PM on October 3, 2024, and can direct inquiries to Kelly Palmer at cflcontracts@dot.gov.
    Supply & Install Vehicle Lift
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to supply and install a 30,000 lb., four-post vehicle lift at the Fremont-Winema National Forest Fleet Program facility in Lakeview, Oregon. This procurement aims to equip the newly relocated agency vehicle repair shop, which currently lacks this essential equipment, thereby enhancing the operational capabilities of the Forest Service fleet. The contractor must provide an ALI-certified lift that meets specific spatial constraints and handle all necessary permits and certifications, with a performance period from September 24, 2024, to December 31, 2024. Interested parties must submit their quotes and supporting documentation to the Contracting Officer, Chad Schmele, by 12:00 p.m. Pacific Time on September 23, 2024, via email at chad.schmele@usda.gov.
    Transformer and Switchboards for Yosemite NP
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is seeking quotes from small businesses for the supply of one 3-phase transformer and two switchboards for Yosemite National Park in California. The procurement includes a pad-mounted, liquid-immersed transformer with specific voltage and kVA ratings, and delivery is required by October 1, 2025, to the NPS Warehouse in El Portal, CA. This opportunity is crucial for enhancing the park's electrical infrastructure, ensuring compliance with industry standards, and supporting the operational needs of the facility. Interested vendors must submit their quotes via email by 1:00 PM Pacific Time on October 17, 2024, and should direct any questions to Lisa Henson at LisaHenson@nps.gov by October 3, 2024.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    Y--YOSE 196416 Rehabilitate El Portal Wastewater Treatment Facility and Admin Camp.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is initiating a pre-solicitation for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. This project aims to upgrade the 45-year-old wastewater treatment plant, which is critical for managing wastewater for Yosemite Valley and surrounding communities, by replacing outdated infrastructure and systems, demolishing obsolete structures, and creating RV sites for construction workforce housing at the former administrative camp. The estimated cost for this comprehensive project exceeds $150 million, with a performance period of 1460 days, including potential environmental shutdowns. Interested contractors must be registered with the System for Award Management (SAM) to participate, and solicitation documents are expected to be issued around September 30, 2024. For further inquiries, contact Patrick Naulty at patricknaulty@nps.gov or call 303-987-6701.
    CA FTNP SEKI 13(2) Mineral King Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the rehabilitation of up to 15.20 miles of Mineral King Road within Sequoia and Kings Canyon National Park in California. The project involves extensive roadway work, including pulverization of existing pavement, aggregate base placement, asphalt paving, and various drainage improvements, all while maintaining public access during construction. This project is critical for enhancing visitor access and ensuring roadway stability in an environmentally sensitive area, with an estimated cost range between $25 million and $35 million. Interested contractors can attend a non-mandatory pre-bid site visit on October 8, 2024, and must RSVP by October 3, 2024; for further inquiries, contact Jorey Deml or Ryan Phillips at cflacquisitions@dot.gov.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterior painting and fire retardant application at Lassen Volcanic National Park. The project involves painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to shake shingles on 19 historic structures within the park. This initiative is crucial for preserving the park's historic buildings while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes electronically by 3 PM PST on September 20, 2024, and can contact Phaedra Fuller at phaedrafuller@nps.gov for further details. The estimated contract value ranges from $100,000 to $250,000, with the performance period extending from September 30, 2024, to July 31, 2025.
    GWMP Bridge Pres
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Bridge and Pavement Preservation Project at the George Washington Memorial Parkway in Virginia. This Sources Sought Notice aims to gather interest and qualifications from both large and small businesses for extensive restoration and maintenance of bridges and roadways, with an estimated construction cost exceeding $10 million and a performance period of approximately 416 calendar days. The project includes tasks such as concrete deck repairs, drainage improvements, asphalt preservation, and traffic control, emphasizing minimal visitor impact during construction. Interested parties must submit their responses, including company information and relevant experience, by September 23, 2024, to Jeremiah Rogers at jeremiahrogers@nps.gov or by phone at 303-969-2633.
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    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.