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 Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a project titled "M--CLEAN AND INSPECT CULVERTS - PINE ISLAND" within Everglades National Park. The primary objective of this procurement is to clean and inspect 110 culverts in the Pine Island District, ensuring the preservation of the park's infrastructure and maintaining proper water flow, while adhering to environmental and safety regulations. This project is critical for the ecological integrity of the park, emphasizing compliance with standards for protecting threatened and endangered species. Interested small businesses must submit their quotations by 5:00 PM EST on March 5, 2025, following a mandatory site visit on February 13, 2025, and can direct inquiries to Noelli Medina at Noelli_Medina@nps.gov or by phone at 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.
    The document outlines an amendment (140P5425Q0011) related to a solicitation for cleaning and inspecting culverts in the Pine Island District of Everglades National Park. The main purpose of this amendment is to extend the deadlines for submissions and revise the period of performance. Specifically, the due date for offers has been changed from February 19, 2025, to March 5, 2025. Furthermore, the period of performance is revised to start on April 1, 2025, and end on September 30, 2025, rather than the previously stated dates. Details regarding acknowledgment of the amendment and the procedural requirements for submitting offers are reiterated, indicating that offers must acknowledge the receipt by specified methods. The document also maintains that all original terms and conditions remain unchanged unless otherwise noted. The primary focus is to ensure that interested contractors have adequate time to prepare their proposals while keeping compliance with government contracting protocols firmly in place. The changes reflect responsiveness to contractor inquiries and highlight the importance of clarity in public sector solicitations.
    This document pertains to the amendment of solicitation number 140P5425Q0011, specifically Amendment 0003, related to the project of cleaning and inspecting culverts in the Pine Island District of Everglades National Park. The amendment includes critical requirements for offerors to acknowledge receipt by specified methods, and clarifies that this will be the final amendment for the solicitation, ending the period for questions. Offers are due by 5:00 PM EST on March 5, 2025, with the performance period set from April 1, 2025, to September 30, 2025. The amendment ensures that all previous terms remain unchanged while also reminding contractors to include any key assumptions in their bids. This document is part of the standard procedure in federal RFPs, reflecting the protocols for communication, acknowledgment, and submission of proposals while emphasizing the importance of adhering to deadlines and requirements for governmental contracts.
    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 outlines questions and answers related to a solicitation (Sol 140P5425Q0011) for cleaning and inspecting culverts within the Pine Island District, managed by the National Park Service (NPS). Key aspects include site preparation, environmental considerations, and the technical requirements for inspections. Contractors are required to clear vegetation only as necessary while adhering to guidelines that protect wildlife and minimize environmental disruption. Sediment and debris must be properly disposed of, without creating piles on site. The inspections must meet AASHTO/DOT standards, and all culverts, ranging from 12” to 48” in diameter and 32’ to 87’ long, will require documentation of structural integrity and any wildlife encountered must be monitored by a qualified Biological Monitor. Working hours are limited to daylight, and contractors may request weekend work with prior approval. There are no penalties for documented delays due to unforeseen circumstances. The contractor is responsible for providing their own Biological Monitor and ensuring compliance with safety regulations. This document serves to clarify expectations, streamline project execution, and ensure environmental safety in compliance with NPS regulations.
    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
    INDE - CHILLED WATER PIPING INSPECTION
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a chilled water piping inspection at Independence National Historical Park in Philadelphia. The project aims to evaluate the condition and remaining service life of the park's chilled water piping system, which is crucial for maintaining the operational integrity of significant historical structures such as Independence Hall and the Liberty Bell. Contractors will conduct minimally intrusive inspections using video cameras and ultrasonic thickness measurement tools over a span of up to 1,000 feet of piping, with the inspection period scheduled from April 1, 2025, to May 16, 2025. Interested small businesses must submit their quotes electronically by March 20, 2025, and can contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325 for further information.
    INSPECT AND CLEAN POTABLE WATER TANK
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to inspect and clean a 50,000-gallon potable water tank at Walnut Canyon National Monument in Arizona. The procurement requires bidders to provide all necessary labor, materials, and equipment, with a contract execution timeline set from April 14, 2025, to August 15, 2025. This initiative underscores the importance of maintaining essential infrastructure for public health and safety while supporting small business participation in federal contracting. Interested parties must submit their quotations by March 25, 2025, and can direct inquiries to Dennis Zoltak at denniszoltak@nps.gov or call 720-670-0856.
    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.
    GATEWAY ARCH NATIONAL PARK (JEFF) REQUIRES SEDIMEN
    Buyer not available
    The National Park Service (NPS) is seeking qualified small businesses to provide sediment trap cleanout services at Gateway Arch National Park in St. Louis, Missouri. The project involves vacuuming and cleaning three stormwater sediment traps, requiring the contractor to supply all necessary labor, equipment, and supervision, as outlined in the attached scope of work. This service is crucial for maintaining the park's sewage and waste facilities, ensuring compliance with federal regulations while promoting efficient park maintenance. Interested contractors must submit their quotations by March 21, 2025, with the performance period scheduled from April 1 to April 30, 2025. For further inquiries, contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294.
    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.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    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.
    Circle X WELL REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for the Circle X Well Repair project located in the Santa Monica Mountains National Recreation Area. This procurement aims to address emergency repairs needed for the Circle X Well, which is crucial for providing safe, bacteria-free water to the park's public and private sources, including the re-lining of the well casing and ensuring compliance with safety standards. The selected contractor will be awarded a firm fixed-price contract based on best value considerations, with performance expected from March 21 to April 4, 2025. Interested small businesses must submit their quotes electronically by March 19, 2025, and can contact Patty Payne at PattyPayne@nps.gov or 559-730-6435 for further details.
    JEFF Door Inspection & Repair
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the JEFF Door Inspection & Repair project at Gateway Arch National Park. The procurement involves providing comprehensive inspection and maintenance services for various types of doors within the Visitor Center, with a strong emphasis on small business participation as this is a 100% Small Business Set-Aside opportunity. Contractors must adhere to the detailed scope of work outlined in the Request for Quotations (RFQ) and demonstrate relevant experience in their submissions. Quotations are due by March 28, 2025, with services expected to commence on April 1, 2025, and be completed within 30 days post-award. Interested parties can contact Rebecca Myers at rebeccamyers@nps.gov or by phone at 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.