S--VOYA Carpet Replacement
ID: 140P6424Q0076Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Flooring Contractors (238330)

PSC

HOUSEKEEPING- CARPET LAYING/CLEANING (S214)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of carpet at Voyageurs National Park in Minnesota, specifically at the Kabetogama Lake Visitor Center. The project entails the removal of existing carpet and installation of approximately 2,800 square feet of new carpet tiles, adhering to specified quality standards and environmental regulations, with a performance timeline of 60 days post-award. This initiative is crucial for maintaining the park's facilities and enhancing visitor experiences, while also supporting small businesses through a Total Small Business Set-Aside. Interested contractors must submit their proposals by September 11, 2024, and can direct inquiries to Jordan Ellis at jordan_ellis@nps.gov or by phone at 330-468-2500.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications and structural plans related to a construction project, focusing on detailed floor framing and material requirements. It includes dimensions for various structural elements such as floor joists, beams, and columns, specifying types of materials like treated plates, plywood sheathing, and steel components. The document emphasizes compliance with construction standards and the necessity of supplementary supports such as bridging for stability. Particular attention is given to the finishes for different rooms, including carpeting and wall treatments, aimed at enhancing the aesthetic and functional quality of the building. Overall, the document serves as a technical guide for contractors responding to federal or local Requests for Proposals (RFPs), underscoring the requirements for structural integrity, safety, and design compliance in the context of federal and state construction initiatives.
    The document outlines floor layout and access points within a building, detailing the progression from the main floor to the top floor and back down. It is divided into three main sections: Flight 1, which covers movement from the main floor to the landing; Flight 2, which describes the ascent from the landing to the top floor and the descent back to the landing. The document lacks detailed content in each section, suggesting a possible framework for floor access without specific instructions or descriptions. Given the context of government RFPs and grants, this file likely serves as a preliminary layout for a potential construction, renovation, or safety assessment project, requiring more detailed proposals or bids from interested parties. The emphasis on delineated areas suggests a focus on safety and efficiency in navigating the space, reinforcing the need for clarity in outlining access and egress routes in any proposals submitted.
    The U.S. Department of the Interior, specifically the National Park Service, is seeking proposals for a carpet replacement project at Voyageurs National Park in International Falls, Minnesota. The project involves replacing approximately 2,800 square feet of carpet, with the quantity specified as an estimate that needs confirmation by the contractor. The document outlines a simple price schedule with categories for materials and labor. The labor cost is indicated as a lump sum (LS) with no specific value listed, while the unit cost for materials is to be determined. Contractors are advised to verify the estimated square footage before providing their pricing. This Request for Proposal (RFP) is part of the federal government’s initiative to maintain and improve park facilities, ensuring quality standards and compliance with budgetary protocols. The overall aim is to enhance the visitor experience and preserve the integrity of the park facilities.
    The solicitation #140P6424Q0076 outlines the carpet replacement project at Voyageurs National Park. An inquiry was made regarding the availability of pictures of the stair tread, as well as details on the cove base replacement. The response notes that images are attached, and highlights the reuse of the baseboard, stating that it can be easily removed from the existing carpet with pliers. It clarifies that the staircase consists of a 7.5” rise and 11” run, with a total area of 72 square feet for the stairs and an additional 27 square feet for a middle landing. This information supports the project's requirements and specifications, serving as a guide for potential contractors participating in the request for proposals (RFP) process, ensuring clarity and understanding of the tasks involved in the carpet replacement at the national park. The document is structured as a FAQ, demonstrating an effort to provide transparent communication regarding project specifics to assist potential bidders.
    The document pertains to various federal and local Requests for Proposals (RFPs) and grants, focusing on the allocation of funding for governmental projects. Its primary objective is to outline the processes involved in soliciting proposals from private entities for services, goods, or projects that benefit the public sector. Central themes include the regulations governing the proposal submission process, eligibility criteria for applicants, and the criteria for evaluating proposals. Key points highlighted include the importance of compliance with local, state, and federal guidelines, the need for transparency in the bidding process, and the expected outcomes of funded projects. Additionally, the document emphasizes the significance of collaboration between government entities and external organizations to facilitate effective project implementation. Supporting details outline aspects such as funding amounts, project timelines, and reporting requirements for successful proposals. Overall, the document serves as a comprehensive guide for potential contractors about the expectations and processes required to successfully secure government contracts and grants, supporting the government's goal of enhancing community services and infrastructure through strategic partnerships.
    This government document serves as an amendment to solicitation number 140P6424Q0076, officially notifying bidders of a change in the submission deadline for proposals. The solicitation's closing date has been extended from September 4, 2024, at 12:00 PM ET to September 6, 2024, at the same time. Bidders must acknowledge receipt of this amendment in their proposals, either by including it with the submission or via separate correspondence referencing the amendment. The modification includes standard protocols for acknowledging amendments to ensure compliance. All other terms and conditions of the original solicitation remain unchanged, emphasizing the importance of following the outlined procedures for quote packages. This amendment aligns with federal contracting regulations, aiming to facilitate bidder participation and ensure effective bid management.
    The document is an amendment to solicitation number 140P6424Q0076, extending the submission deadline for offers related to a government contract. Originally set for September 6, 2024, the new deadline is now September 11, 2024, at 12:00 PM ET. This amendment also includes responses to vendor questions and additional attachments, specifically pictures. Contractors must acknowledge receipt of this amendment by submitting a signed SF 30 form with their quotes to ensure compliance. Other terms and conditions of the original solicitation remain unchanged. This amendment underscores the government's administrative process in managing solicitation timelines and ensuring transparency in communication with potential contractors. It is crucial for compliance with Federal Acquisition Regulation procedures.
    The United States Department of the Interior, through the National Park Service, is soliciting bids for carpet replacement at Voyageurs National Park, St. Louis County, MN, under solicitation number 140P6424Q0076. This request is set aside for Total Small Businesses, with a projected contract type of firm-fixed price. The closing date for proposals is September 4, 2024. A site visit is scheduled for August 29, 2024, to aid bidders in understanding the project requirements. Proposals must include a price schedule, proposed material specifications, and evidence of technical capability and prior experience. Evaluation criteria will consider price, technical capability, and experience to determine the best value to the government. Compliance with various FAR clauses and federal regulations is required, notably the Service Contract Act wage determination applicable to the project. Interested offerors must be registered in the System for Award Management and comply with all solicitation conditions. This project emphasizes adherence to federal guidelines and supports the ongoing maintenance of national parks, demonstrating a commitment to fostering small businesses in government contracting.
    The document outlines the Statement of Work for the replacement of carpet at the Kabetogama Lake Visitor Center in Minnesota. The contractor is responsible for removing existing carpet and installing approximately 2,800 square feet of new carpet tiles, ensuring compliance with specified quality standards and regulations within a 60-day performance timeline after contract award. Key tasks include site evaluation, material specifications, and thorough safety protocols, including adherence to environmental standards and park regulations. The contractor must independently manage the relocation of furnishings and maintain cleanliness of work areas during ongoing facility occupancy. All removed materials must be disposed of in compliance with regulations, ideally considering recycling options. Key product specifications include using carpets that meet or exceed industry standards, particularly focusing on durability and environmental safety by ensuring zero wool content and low volatile organic compounds (VOCs). Payment will be made as a lump-sum upon project completion, which will include material warranties. This project emphasizes high standards of workmanship and safety, reflecting federal guidelines for facility maintenance and improvement.
    Lifecycle
    Title
    Type
    VOYA Carpet Replacement
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Flooring Replacement - St. Paul, Minnesota - 3rd Floor Admin Building - Northern Research Station
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the flooring replacement project at the Northern Research Station's 3rd Floor Administration Building in St. Paul, Minnesota. The project involves the legal abatement and removal of approximately 5,100 square feet of asbestos-containing flooring, followed by the installation of new luxury vinyl tile, baseboards, and associated trim. This renovation is crucial for maintaining a safe and functional work environment, adhering to health and safety regulations during construction activities. Interested contractors must submit their quotes electronically by the specified deadline and are required to be registered in SAM.gov; a site visit is scheduled for September 12, 2024, with a performance period of 60 days from the Notice to Proceed. For further inquiries, contractors can contact Erin Garcia at erin.garcia@usda.gov.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    CARPET REMOVAL & INSTALLATION AT BIA UTE MTN UTE D
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking proposals for carpet removal and installation services at the Ute Mountain Ute Detention Center in Towaoc, Colorado. This procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and requires contractors to provide all necessary materials, labor, and supervision for the project, which includes the installation of carpet tiles and vinyl composition tiles in designated areas. The contract emphasizes compliance with federal labor laws, quality control standards, and security protocols, reflecting the importance of maintaining high standards in public facility management. Proposals are due by September 18, 2024, with a performance period from September 23, 2024, to October 22, 2024. Interested parties can contact Sonia Nelson at Sonia.Nelson@bia.gov or by phone at 505-563-3129 for further information.
    Z--REPLACE FENCING, CARTER BARRON FACILITY
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of approximately 2,100 linear feet of fencing at the Carter Barron Facility in Rock Creek Park, Washington, D.C. The project involves the removal and disposal of existing chain link fencing and the installation of an 8-foot-tall anti-scale mini mesh fence to enhance security and address ongoing vandalism issues. This initiative is part of the government's commitment to maintaining and improving public park infrastructure, ensuring safety and aesthetic appeal. Interested small business contractors must submit sealed quotes by September 18, 2024, and attend a mandatory site visit on September 5, 2024. For further inquiries, contact Jason Burdett at jasonburdett@nps.gov or call 501-762-9517.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    Bldg. 202 Carpets and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to replace carpets in Building 202 at Stewart Air National Guard Base in Newburgh, New York. The project involves the demolition of existing carpets, installation of new carpets and rubber base coves, and adherence to safety regulations, with a requirement for the contractor to commence work within five business days of contract award and complete it within 45 days. This procurement is a total small business set-aside, with the NAICS code 238330 for Flooring Contractors, and the contract will be awarded based on the lowest priced quote that meets the technical requirements outlined in the Statement of Work. Quotes are due by 11:00 AM EST on September 18, 2024, and interested contractors must contact Joseph Kugler at joseph.kugler.1@us.af.mil or Kevin Fenner at kevin.fenner.1@us.af.mil for further inquiries.
    Bldg. 328 CES Carpet Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for carpet installation services at Building 328, Joint Base Langley-Eustis, Virginia. The project involves the installation of new carpet across a total area of 21,863 square feet, with specific exclusions for non-carpeted areas and requirements for anti-static carpet in designated sections. This procurement is crucial for maintaining operational efficiency and compliance with government facility management standards. Interested small businesses must submit their proposals by September 18, 2024, and direct any inquiries to 2d Lt Mandisa Peters at mandisa.peters.1@us.af.mil or Mr. Corey Powell at corey.powell.1@us.af.mil, with a site visit scheduled for September 10, 2024.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Z--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 seeking qualified contractors for a project involving the exterior painting and application of fire retardant to roofs at Lassen Volcanic National Park. The scope of work includes painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to approximately 34,000 square feet of shake shingles on 19 historic structures. This initiative is crucial for preserving the park's historical integrity while ensuring compliance with federal safety and environmental standards. Interested small businesses must submit their quotes electronically by 3 PM PDT on September 18, 2024, with an estimated contract value between $100,000 and $250,000. For further inquiries, contact Phaedra Fuller at PhaedraFuller@nps.gov or by phone at 360-565-3009.
    Replace Carpet Bldg 10122 Rm 103 - 105 Vandenberg SFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking qualified contractors to provide carpet installation services for rooms 103, 104, and 105 in Building 10122 at Vandenberg Space Force Base, California. This procurement is part of the AF Carpet II Program, requiring compliance with specific federal regulations and a focus on sustainability and minimal disruption to building occupants during the installation process. The contract is a 100% Small Business Set-Aside, with quotations due by September 23, 2024, and anticipated award by September 27, 2024. Interested vendors should contact Paul Baraldi at paul.baraldi@spaceforce.mil or SrA Johnny G. Barreto at johnny.barreto@spaceforce.mil for further details.