P--Demolition, Removal and Disposal, Point Reyes NS
ID: 140P8424Q0120Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The National Park Service (NPS) is seeking qualified small businesses for the demolition, removal, and disposal of the Truttman Barn and Serioty Cabin located at Point Reyes National Seashore in Marin County, California. The project requires contractors to provide all necessary supervision, labor, equipment, and supplies to safely dismantle and dispose of the structures, including addressing any hazardous materials such as asbestos and lead paint, while ensuring compliance with environmental regulations. This procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order anticipated to be awarded based on the most advantageous quotation, considering price and other factors. Quotations must be submitted via email by September 16, 2024, and interested parties can direct inquiries to Brenda Lewis at Brenda_Lewis@nps.gov or by phone at 206-220-4018.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service has issued a Request for Proposals (RFP) for the removal of Truttman Barn and Seroity Cabin located in Point Reyes National Seashore. The project involves dismantling a collapsed 7,728-square-foot former milking barn and an 850-square-foot residential cabin in poor condition. The scope includes hazardous materials assessment, demolition, utility removal, site restoration, and photographic documentation. Retaining the historic stone foundation and concrete around Truttman Barn is emphasized. Contractors must adhere to environmental protection measures, including an Under an Acre Pollution Prevention Plan to minimize disturbance. Compliance with federal, state, and local regulations is mandatory, along with strict adherence to safety protocols and quality control standards. The project allows for public access during construction, necessitating minimal disruption. The contractor is responsible for all elements of the job, including waste management and site cleanup. Payment will be on a lump-sum basis for the completion of specified tasks. This RFP outlines both the technical requirements and operational constraints while ensuring the preservation of the site’s natural and cultural resources.
    The document pertains to federal government funding opportunities related to RFPs (Requests for Proposals), federal grants, and state/local RFPs. It outlines a range of topics addressing the needs for various projects funded through these mechanisms. The key themes include procurement guidelines, eligibility requirements, proposal submission processes, and expectations for project implementation and outcomes. The text emphasizes compliance with federal standards, efficient project management, and financial accountability. The document serves as a resource for organizations seeking to apply for government funding, detailing the importance of adhering to prescribed guidelines to secure support. Key points include the necessity of thorough project planning, the evaluation criteria used by funding agencies, and the importance of collaboration among stakeholders. By clearly delineating the funding procedures and requirements, the document aims to facilitate a smooth application process for prospective applicants and ensure successful project execution that aligns with government priorities. The overarching objective is to promote accountability and transparency in the allocation of federal and state resources.
    This document outlines the requirements and certifications that potential offerors must complete as part of RFQ No. 140P8424Q0120. It provides information on representations and certifications regarding the offeror's business status, ownership, and compliance with federal regulations. Key definitions are included for various business classifications such as small businesses, service-disabled veteran-owned businesses, and women-owned small businesses. The offeror must confirm the completion of annual representations electronically in the System for Award Management (SAM) and verify their accuracy, particularly if seeking a federal contract. The document also emphasizes compliance with regulations regarding child labor, forced labor, telecommunications equipment, and foreign business operations, as well as the prohibition on contracting with entities involved with sanctioned countries. In summary, the document is a critical compliance and eligibility checklist for businesses bidding on federal contracts. It ensures that all offerors adhere to requisite regulations and governance standards, supporting fair and transparent procurement practices.
    The document pertains to RFQ No. 140P8424Q0120 for a project titled "Demolition, Removal and Disposal" at Point Reyes National Seashore. It specifies requirements for offerors to submit proposals that align with the solicitation documents, including pricing for base line items and unit-price line items. Offerors must provide unit prices and extended total prices, with clarifications on the handling of errors in calculations. There are two main contract line items listed: the removal and disposal of debris from the Truttman Barn and the Serioty Cabin, both quantified as one lump sum each. The overall purpose of this request for quotes is to solicit bids from vendors to carry out specific demolition activities, ensuring compliance and clarity in pricing while addressing the need for the safe disposal of debris at the specified site. This RFQ reflects standard procedures in government contracting aimed at maintaining a transparent and competitive bidding process for public works projects. The structure includes clear instructions on submission requirements and pricing, underscoring the importance of accuracy in the proposals received.
    The Technical Information Form (Attachment 5) for the Demolition, Removal, and Disposal project at Point Reyes National Seashore, outlined in RFQ No. 140P8424Q0120, serves as a critical submission document for potential contractors. It requests essential details from quoters, including business name, address, Unique Entity Identifier (UEI), contact information, and signatures. Quoters must indicate whether they plan to self-perform the work or utilize subcontractors, providing names and trades allocated to any subcontractors. A detailed list of relevant past project experiences and references is required, including project titles, amounts, performance periods, and descriptions that demonstrate similarity to the current project requirements. Additionally, quoters must submit a narrative outlining their technical approach to undertake the project, which will be evaluated according to specified criteria. This document establishes a structured method through which the federal government can assess potential contractors' capabilities, ensuring that selected firms possess the requisite experience and approach to successfully execute the project.
    The document serves as a sign-in sheet for participants attending a site visit related to the project titled "140P8424Q0120 - PORE Demolition, Removal and Disposal", organized by the National Park Service at Point Reyes National Seashore. Scheduled for September 5, 2024, at 9:00 AM, participants are instructed to meet at the headquarters parking lot located in Point Reyes Station, California. The sheet lists several attendees from various companies involved in the project, along with their names, job titles, and contact information. Notable participants include project engineers, estimators, and company owners, highlighting a diverse range of expertise involved in the RFP process. The document is official and pertains to federal contracting activities for environmental services in relation to demolition and disposal operations within a national park setting. This site visit is a crucial step in facilitating communication and coordination among stakeholders as part of the project’s preparatory phase.
    This government document is a solicitation for the removal of Truttman Barn and Seroity Cabin at Point Reyes National Seashore in Marin County, California. A pre-proposal site visit was held on September 5, 2024, allowing potential contractors to assess the sites. Key details include access to Truttman Barn via a gravel road with the necessity for tree limb trimming, while Seroity Cabin is reachable via a public hiking trail with a short walk required. During the visit, contractors were informed that they are responsible for removing debris, including a partially collapsed tin roof at Truttman Barn. Fallen trees and limbs must also be cleared from the barn site, whereas debris at Seroity Cabin can remain, under NPS coordination. Contractors must ensure all vegetation management occurs outside of nesting season, with specific areas marked for equipment access to prevent further disturbances. Overall, this request for proposals outlines safety measures and access protocols necessary to complete the demolition work while ensuring environmental considerations are followed, highlighting the National Park Service's commitment to maintaining the park's integrity during construction activities.
    The document pertains to solicitation no. 140P8424Q0120 for the demolition of Truttman Barn and Seroity Cabin at Point Reyes National Seashore, Marin County, California. It includes details about a pre-proposal site visit held on September 5, 2024, where participants assessed the sites and discussed project requirements. Key tasks involve debris removal from the Truttman Barn, including the dismantling of a collapsed tin roof, while standing structures remain unchanged. Contractors are responsible for access to the sites, including necessary tree trimming and mowing, with coordination required with the National Park Service (NPS) to ensure compliance with environmental regulations. The Seroity Cabin's access is also dictated by a hiking trail, requiring a short walk from the nearest parking area. The document emphasizes the importance of identifying and safely disposing of any hazardous materials present, such as asbestos and lead paint. Overall, this solicitation outlines the project's scope and addresses concerns related to access, vegetation management, and hazardous material handling, ensuring all operations comply with safety and environmental standards.
    The government file details Amendment 0001 to Solicitation No. 140P8424Q0120 issued by the National Park Service (NPS) for the demolition, removal, and disposal of the Truttman Barn and Serioty Cabin at Point Reyes National Seashore in Marin County, CA. This amendment includes an updated Site Visit Sign-in Sheet and Questions and Answers for potential contractors. The project is classified under NAICS Code 238910, indicating a focus on site preparation and demolition. It is a Total Small Business Set-Aside, meaning only small businesses may submit quotations. The anticipated award is a firm-fixed-price purchase order based on the most advantageous quotation, considering price and other factors. Submissions must be made via email by a specified deadline, with a performance period from October 14, 2024, to January 14, 2025. Contractors are advised to reference specific sections for submission guidelines and to direct any questions via email as indicated. This solicitation exemplifies typical government procurement processes aimed at engaging small businesses in fulfilling public sector contracts.
    This document outlines Amendment 0002 to solicitation 140P8424Q0120 for the National Park Service at Point Reyes National Seashore, focused on the demolition and disposal of Truttman Barn and Serioty Cabin in Marin County, California. The amendment includes responses to inquiries from potential contractors and modifies the original solicitation's terms, emphasizing that acknowledgment of this amendment is mandatory for offers to be considered. The project targets small businesses, with a specific NAICS code of 238910, and solicits firm-fixed-price quotations from eligible entities. Quotations must be submitted via email before the specified deadline, and the anticipated project period is from October 14, 2024, to January 14, 2025. Contractors are required to address questions related only through provided channels, ensuring clarity and adherence to procurement procedures. The document sets forth necessary instructions and guidelines aimed at facilitating an efficient bidding process while complying with federal contracting standards.
    The National Park Service (NPS) is issuing a Request for Quotation (RFQ) for the demolition, removal, and disposal of the Truttman Barn and Serioty Cabin, located at Point Reyes National Seashore in Marin County, California. The acquisition is classified under the North American Industry Classification System (NAICS) code 238910, with a projected small business size standard of $19 million. The contract setup is a Total Small Business Set-Aside, encouraging submissions from small business entities. Quotations are due by September 16, 2024, and will be evaluated based on price, technical acceptability, relevant experience, and past performance. The contractor is responsible for providing all necessary supervision, labor, and equipment, and must prepare a site-specific safety and health plan before commencing work. Additional requirements include liability insurance and compliance with electronic invoicing through the Department of Interior's Invoice Processing Platform. The document outlines detailed instructions for submitting proposals, including the necessary forms and certifications. This RFQ emphasizes the importance of prior experience and compliance with federal acquisition regulations, ensuring the selected contractor can adequately meet the project's needs and standards while contributing to the preservation of the historic site.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    NPS-YOSE, PURCHASE 35 TON LOWBED TRAILER
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified vendors to provide and deliver one (1) 35-ton lowbed trailer to Yosemite National Park in California. The procurement requires a trailer that meets specific technical specifications, including dual axles rated for 25,000 lbs each, air ride suspension, disc brakes with ABS, and a deck length between 24 and 24.4 feet. This acquisition is crucial for the operational needs of the park, ensuring efficient transportation of equipment and materials within its boundaries. Interested small businesses must submit their quotes by September 18, 2024, and ensure compliance with all specifications and federal mandates, with delivery required within 180 days after receipt of order. For further inquiries, vendors can contact Michelle Bennett at MichelleBennett@nps.gov or call 702-293-8909.
    National Park Service (NPS) - Yosemite National Pa
    Active
    Buyer not available
    The National Park Service (NPS) is seeking a contractor for the Wildland Urban Interface (WUI) Mechanical Fuels Reduction Project at Yosemite National Park, California. The project aims to reduce hazardous fuels across approximately 388 acres in four designated WUI communities to enhance fire resilience and safety for nearby properties and infrastructure. This initiative is critical for mitigating wildfire risks and ensuring the ecological health of the park, with a contract period from October 1, 2024, to September 30, 2026, and specific work in one area to be completed by March 1, 2025. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Brian McCabe at brianmccabe@nps.gov or 202-339-7772, with the solicitation anticipated to be issued after August 28, 2024.
    F--NPS-ORCA - Mechanical Thinning & Chipping
    Active
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for a mechanical thinning and chipping project at the Oregon Caves National Monument and Preserve, focusing on fuels reduction and vegetation management along the Escape Route and Upper Roads. The project aims to reduce wildfire risks by managing approximately 318 acres of small-diameter live and dead trees, with an emphasis on environmental protection and adherence to safety protocols. This initiative is crucial for maintaining ecological health and public safety within the park, with a total project budget expected to be below $500,000. Interested small businesses must submit their proposals by September 18, 2024, and can direct inquiries to Brian McCabe at brianmccabe@nps.gov or by phone at 202-339-7772.
    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.
    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.
    Demolition of Programmatic Agreement Phase I Buildings at BARC in Beltsville, MD
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the demolition of 14 buildings at the Beltsville Agricultural Research Center (BARC) in Beltsville, Maryland. The project involves the demolition of five buildings as the base scope, with options for demolishing an additional nine buildings and processing hazardous materials, including asbestos and lead, while restoring the sites to their natural state. This procurement is critical for maintaining environmental safety and compliance with federal regulations, particularly concerning hazardous material management and historical preservation. Interested contractors must submit proposals by 5:00 PM ET on September 16, 2024, and can direct inquiries to Janie Roney at janie.roney@usda.gov. The estimated contract value is between $1,000,000 and $5,000,000, with a performance period of 180 days for the base contract and potential extensions for optional tasks.