M--CLEAN AND INSPECT CULVERTS - PINE ISLAND
ID: 140P5425Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

OPERATION OF OTHER CONSERVATION AND DEVELOPMENT FACILITIES (M1KZ)

Set Aside

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

    The National Park Service, under the Department of the Interior, is seeking qualified contractors to clean and inspect 110 culverts in the Pine Island District of Everglades National Park. The project aims to preserve the park's infrastructure and maintain water flow by removing sediment, vegetation, and debris from each culvert, followed by comprehensive inspections and reporting on potential repairs and structural integrity. This procurement is crucial for ensuring environmental compliance and protecting threatened species within the park. Interested small businesses must attend a site visit on February 13, 2025, confirm attendance by February 12, 2025, and submit quotations by 5:00 PM EST on February 19, 2025. For further inquiries, contact Noelli Medina at Noelli_Medina@nps.gov or call 470-819-0940.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for cleaning and inspecting 110 culverts in the Pine Island District of Everglades National Park, as part of a project aimed at preserving the park's infrastructure and maintaining water flow. The contractor will be responsible for removing sediment, vegetation, and debris from each culvert, using a jetting method approved by the Contracting Officer’s Representative (COR). After cleaning, a comprehensive inspection will be conducted, and detailed reports including potential repairs and structural integrity assessments will be submitted. The project emphasizes environmental and safety compliance, particularly regarding the protection of threatened and endangered species. Contractors must provide a Hazard Analysis & Safety Plan and undergo weekly inspections by the government during project execution. Specific requirements include regular communication with the COR, adhering to project schedules, and ensuring minimal impact on the surrounding natural resources. Work must be completed within 150 days of contract award during regular business hours, with strict adherence to regulations concerning wildlife encounters. This SOW is vital for maintaining the ecological and infrastructural integrity of Everglades National Park, reflecting standard practices in government contracts for environmental conservation projects.
    The document discusses the wage determinations mandated under the Service Contract Act (SCA) by the U.S. Department of Labor. Specifically, it details Wage Determination No. 2015-4543, Revision No. 30, which outlines minimum wage rates that contractors must comply with based on contract start dates. For contracts beginning on or after January 30, 2022, the minimum hourly wage is at least $17.75, whereas for those awarded between January 1, 2015, and January 29, 2022, the rate is $13.30 unless a higher rate applies. The document is organized by state (Florida) and provides extensive tables listing various occupational classifications and their corresponding wage rates, along with stipulations for fringe benefits such as health care and paid leave. Additional regulations under Executive Orders 13658 and 14026 concerning worker protections and paid sick leave are referenced, highlighting the legal requirements for employers working under federal contracts. The comprehensive summary conveys the SCA's emphasis on fair wages and benefits for workers while ensuring compliance for federal contracting entities.
    This government document serves as an amendment to Solicitation No. 140P5425Q0011, which pertains to a contract for cleaning and inspecting culverts in the Pine Island District of Everglades National Park. A key purpose of this amendment is to add a correction regarding site visit information, which includes important dates for RSVPs, site visits, and the deadline for offer submissions. The site visit is scheduled for February 13, 2025, with questions due by February 14, 2025, and offers must be submitted by February 19, 2025. The contract's period of performance runs from March 3, 2025, to June 30, 2025. The document also outlines the acknowledgement procedures for this amendment, highlighting the importance of timely communication to avoid the rejection of offers. Overall, this amendment is a critical update for potential contractors in the environmental sector seeking to participate in maintenance projects within national parks.
    This document outlines the logistics for a site visit associated with federal government RFP Sol 140P5425Q0011. Scheduled for 9:30 AM EST on February 13, 2025, the visit will convene at the Ernest F. Coe Visitor Center within Everglades National Park. Offerors are instructed to meet Richard Robertson, who will guide them to the relevant sites. Adhering to park speed limits is emphasized for safety. Interested parties must confirm their attendance by noon on February 12, 2025, via specified email addresses. This site visit facilitates understanding of the project requirements, allowing for informed proposals in response to the RFP.
    The document is a Request for Quotation (RFQ) issued by the National Park Service for cleaning and inspecting culverts in the Pine Island District of Everglades National Park. The RFQ, numbered 140P5425Q0011, outlines the procurement of commercial services with a fixed price contract intended for small business set-asides. Key dates include a site visit on February 13, 2025, and the submission deadline for quotations by 5:00 PM EST on February 19, 2025. The evaluation criteria prioritize price, technical capability, and past performance, necessitating that contractors have no active exclusions on SAM.gov. The scope encompasses the removal of debris and inspection of condition, reinforcing environmental compliance. Contractors must register in SAM and provide a completed SF18 solicitation form, alongside ensuring they follow Federal Acquisition Regulation (FAR) provisions. The document emphasizes transparency, requiring bidders to confirm compliance with labor standards and insurance obligations, while facilitating review processes for any protests through the contracting officer. This RFQ reflects government efforts to efficiently manage environmental services while ensuring competitive bidding from eligible small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--SERVICES, Vegetation Clearing and Landscape Mainte
    Buyer not available
    The National Park Service (NPS) is seeking quotations for cyclic vegetation clearing and landscape maintenance services at the Buttonwood Canal and Flamingo Boatyard Channel within Everglades National Park. The primary objective of this procurement is to ensure safe waterway passage and maintain clear trails for recreational use, which involves tasks such as vegetation management, tree trimming, and trail marker replacement. This project is crucial for preserving the park's ecosystem while providing safe access for visitors, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their quotations by February 7, 2025, following a mandatory site visit on January 31, 2025, and should direct inquiries to Noelli Medina at NoelliMedina@nps.gov or call 470-819-0940.
    SOLID WASTE REMOVAL AND DISPOSAL
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for solid waste removal and disposal services at Everglades National Park. The procurement aims to secure a firm-fixed-price contract for a base period of 12 months, with four optional one-year extensions, focusing on maintaining sanitary conditions and protecting wildlife, particularly from food-conditioning behaviors. This contract is crucial for effective waste management and environmental conservation within the park, ensuring compliance with local, state, and federal regulations. Interested vendors must submit their quotes by February 14, 2025, following a mandatory site visit on February 7, 2025, and can contact Noelli Medina at NoelliMedina@nps.gov for further inquiries.
    LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North at the Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. Contractors are required to provide all necessary labor, materials, and equipment to achieve a minimum of 95% blockage removal from the syphons, which includes clearing debris, roots, and soil deposits, as well as vegetation around syphon entries and exits. This project is crucial for maintaining the ecological integrity of the wildlife refuge and ensuring effective water management within the area. Interested small businesses must submit their proposals by February 7, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further details.
    SERVICE, LANDSCAPING SERVICES AT VIRGIN ISLANDS NA
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotes for landscaping services at Virgin Islands National Park, specifically for roadside and grounds mowing. The contract aims to ensure safety and accessibility along key roadways and visitor areas, with services required from February 14, 2025, to February 14, 2026, including bi-monthly maintenance of designated areas. This procurement is a total small business set-aside, emphasizing the importance of small business participation in federal contracting opportunities. Interested contractors must submit their quotes via email by February 7, 2025, and are encouraged to attend a site visit on January 28, 2025, for a better understanding of the project scope. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    Y--BICY 229154
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida, designated as project number 140P2024R0084. The project involves constructing a 5,142 square foot facility that includes administrative spaces and utilities, with an estimated contract value between $1 million and $5 million, specifically set aside for women-owned small businesses. This initiative is part of the government's efforts to enhance infrastructure within national parks, ensuring safety and operational efficiency for fire services. Interested contractors must submit their proposals by February 13, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or call 303-969-2626 for further details.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.
    J--MAINTENANCE OF SEWER LIFT PUMP WET WELLS at the Ma
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide maintenance services for sewer lift pump wet wells at the Maritime Museum Building within the San Francisco Maritime National Historical Park. The project involves servicing four historical lift stations, including vacuuming, cleaning, and inspecting the wet wells, while ensuring minimal disruption to park visitors and compliance with safety regulations, including OSHA standards. This maintenance is crucial for preserving the operational integrity of essential infrastructure within a federally managed historical site. Interested contractors must submit their quotations by February 14, 2025, following a mandatory site visit on February 10, 2025, and can direct inquiries to Michael Gabriel at MichaelGabriel@nps.gov or by phone at 415-561-4790.
    R--HOUSEKEEPING AND IPM MANAGEMENT PLANS
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking proposals for the development of Integrated Pest Management (IPM) and Housekeeping Plans for museum collections and facilities at the San Juan National Historic Site in Puerto Rico. The project aims to conduct a comprehensive on-site survey of the park's historical buildings, focusing on pest management guidelines tailored to protect collections and ensure safety for visitors and staff. This initiative underscores the NPS's commitment to preserving cultural resources through sustainable management practices, with a contract period set from February 17, 2025, to February 16, 2026. Interested parties must submit their quotes by February 5, 2025, and direct any inquiries to Noelli Medina at NoelliMedina@nps.gov by January 31, 2025.
    S--VAULT AND PORTABLE TOILET SERVICE
    Buyer not available
    The Department of the Interior's National Park Service is seeking proposals for portable and vault toilet services within the Marin County areas of the Golden Gate National Recreation Area. The contract requires the contractor to provide both scheduled and on-call services, ensuring compliance with ADA standards, for a base period of one year with four optional extensions. This procurement is crucial for maintaining high standards of cleanliness and accessibility for park visitors, with specific responsibilities including timely pumping, cleaning, and inspections of units, as well as adherence to OSHA safety regulations. Interested vendors must submit their quotes by February 26, 2025, and are encouraged to attend a mandatory site visit on February 7, 2025. For further inquiries, contact Patty Payne at PattyPayne@nps.gov or call 559-730-6435.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.