Y--ZION Construction Bus Charging Phase 3
ID: 140P2024R0115Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the "ZION 240182 Construction Bus Charging Phase 3" project at Zion National Park, Utah. This initiative aims to construct electric vehicle (EV) charging stations to support a new fleet of articulated buses, enhancing visitor transportation while promoting sustainable practices. The project includes significant earthwork, installation of electrical systems, and the expansion of the bus parking area, with a total contract value estimated between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by September 12, 2024, at 2 PM MT, and are encouraged to contact Rachel Dyer at rachel_dyer@nps.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is soliciting proposals for the "ZION 240182 Construction Bus Charging Phase 3" project, aimed at constructing Electric Vehicle (EV) charging stations at Zion National Park, Utah. This solicitation, numbered 140P2024R0115, is designated as a Small Business Set Aside, requesting construction bids ranging between $1,000,000 and $5,000,000. Proposals must comply with several requirements detailed in the solicitation, including a pre-proposal site visit and the submission of various documentation prior to contract award. The contractor is responsible for completing all work within 119 calendar days from the date of the notice to proceed, with penalties of $1,340 per day for delays. The project entails significant earthwork and installation of electrical systems to support the EV infrastructure, including underground conduits and electrical distribution equipment. Various sections of the document outline administrative details, performance bonds, and payment processing through the Electronic Invoicing and Payment system. The document underscores the compliance requirements, quality control, and performance assessment that contractors must meet, thereby emphasizing the government's commitment to safety and efficiency while facilitating eco-friendly transportation solutions within national parks.
    The ZION 240182 EV PHASE 3 project entails various construction and site management details critical for contractors to understand during bidding and execution. Key clarifications include personnel roles, permitting responsibilities, and requirements for waterway construction involving the installation of a box culvert. Contractors must manage staging areas, maintain site accessibility during operations, and adhere to specifications for materials and equipment installations, including generators and vaporizer pads. Additionally, standard traffic controls and metering for utility access are essential throughout construction. The project spans from October 15, 2024, to February 28, 2025, with provisions for weather-related delays in asphalt placement. Health, environmental, and regulatory considerations, along with clear delineations of project limitations, are provided to ensure compliance with government regulations. The document emphasizes effective communication with inspectors and clearly outlines expectations for construction deliverables and methodologies. Overall, the clarity and detail provided in this request for proposals aim to ensure organized project execution and adherence to safety and environmental regulations.
    This document outlines a project involving the installation of critical electrical infrastructure at a government facility, specifically focusing on the proposed acquisition and installation of various electrical components. Key elements include the procurement of an 800 A switchgear and Automatic Transfer Switch (ATS), bus chargers with a total capacity of 60 KW, and a 500 KW generator. The project also details the necessary conduit systems and power feeds, especially a 480 VAC supply from the existing switchboard. Additional infrastructure features include charger dispensers, future storage solutions, and a communication cabinet. The document serves as a blueprint for further construction and installation logistics while ensuring adherence to pre-defined electrical specifications and safety protocols. This analysis falls within the context of government RFP and grant processes, facilitating procurement and project management within federal and local frameworks.
    Geotechnical & Environmental Services, Inc. (GES) conducted a geotechnical evaluation for the South Entrance and Visitor Center Road Rehabilitation project at Zion National Park, Utah. The report outlines the project's aims to rehabilitate existing structures and construct new features, such as a roundabout, bridge, and pedestrian facilities. Key findings indicate that native soils are primarily coarse-grained, with groundwater levels detected at approximately 33.75 to 39.5 feet. Despite being situated in a high liquefaction potential area, analysis suggests a low risk for liquefaction due to dense soil conditions. Recommendations include extensive overexcavation and the removal of unsuitable fill, with shallow foundations designed for varying loads. Structural fill is suggested for construction, requiring specific gradation and moisture conditioning. Detailed guidance covers earthworks, temporary excavations, and foundation design utilizing driven steel piles, emphasizing safety and compliance with regulations. This report serves as a crucial tool for stakeholders in ensuring the project's structural integrity and adherence to geotechnical standards, vital for infrastructure improvements within federal and local contexts.
    The document outlines a complex network of water and irrigation lines for a specific site, detailing the layout and functionality of various pipelines, valves, and connections. It primarily addresses the distribution of potable water and irrigation, raising concerns over potential cross-contamination between these systems. Several key components include isolation valves, pressurized irrigation lines, and the routes water takes from pump houses to various facilities like the visitors center and campgrounds. The document poses questions about the water flow and the purpose of certain lines and valves, indicating a need for clarity in the system's design to ensure safe operation. It suggests critical oversight in managing water infrastructure, particularly concerning the distinction between potable and irrigation systems, to prevent contamination risks. Overall, this documentation reflects the precise planning and technicalities necessary for managing municipal water resources, appropriate for federal and local RFP considerations regarding infrastructure maintenance and upgrades.
    The National Park Service is expanding the bus parking area at Zion National Park to install electric charging stations for a new fleet of articulated buses scheduled for delivery in late 2023 and Spring 2024. This project will include adding 12 charging islands, expanding the parking lot by approximately 22,569 square feet, and redesigning a culvert to enhance infrastructure for visitor transportation. The initiative aims to support sustainable transportation and improve the management of natural resources. The construction is planned for August to October 2024 and will require heavy machinery while adhering to environmental guidelines to minimize impacts on air quality, wildlife, and cultural resources. Mitigation measures include archaeological monitoring and precautions for species of special concern, like migratory birds and California condors. The project has been categorized under national environmental policies for exemption from extensive review due to its limited impact on previously disturbed areas. Overall, this project reflects the Park Service’s commitment to enhancing visitor experiences while promoting environmentally friendly transit options within the park.
    This document outlines a Request for Proposals (RFP) related to the South Entrance and Visitor Center Road Rehabilitation project in Washington County, Utah. The main objective is to enhance infrastructure supporting the national park's visitor services, specifically focusing on road improvements and environmental considerations. Key components of the project include the assessment of current roadway conditions, implementation of sustainable practices, and ensuring compliance with federal environmental regulations. The RFP emphasizes the necessity for contractors to provide detailed plans for construction phases, waste management, and mitigation strategies to protect local ecosystems. Additionally, there are explicit instructions on contractor responsibilities regarding project execution, inspections, and adherence to timelines. The document underscores the significance of providing safe and efficient access for visitors while preserving the natural environment. This initiative reflects the government’s commitment to enhancing public facilities and protecting cultural resources in regulated contexts. Overall, it aims to foster improved visitor experiences through well-planned infrastructure development.
    The document outlines the construction specifications for the South Entrance and Visitor Center Road Rehabilitation project at Zion National Park, scheduled for implementation after June 3, 2024. It includes detailed sections on concrete work, waterproofing, and electrical systems, emphasizing compliance with various industry standards and regulations. Key topics covered are the types of concrete to be used, including specific qualities and adherence to American Concrete Institute standards. It details waterproofing requirements for concrete surfaces to prevent water intrusion, including the materials and installation processes. The electrical specifications section includes requirements for wiring, power cables, connector standards, and compliance with the National Electrical Code. Overall, the document serves as a comprehensive guide for contractors, ensuring adherence to technical and regulatory requirements essential for completing the infrastructure project at Zion National Park, thereby enhancing visitor access and experience.
    The document outlines plans for a construction project, focusing on improvements to parking and drainage facilities at a specific location. It includes a detailed index of project drawings and sheets, providing specifications on various aspects such as grading, drainage, structural details, and electrical layouts. Importantly, it incorporates guidelines for environmental protection through a Storm Water Pollution Prevention Plan (SWPPP) which mandates erosion control, waste management, and adherence to local and federal regulations. The contractor must implement and maintain temporary erosion measures throughout the project duration and conduct regular inspections for compliance with stormwater quality standards. Additional details emphasize safety protocols, utility verification, and material management to prevent environmental contamination. Overall, the document serves as a comprehensive project guide, ensuring the construction adheres to existing regulations while prioritizing environmental and public safety.
    The document outlines a contract price schedule related to the Zion National Park's Electric Vehicle (EV) Charging Phase 3 project, managed by the National Park Service's Denver Service Center. It specifies solicitation requirements, emphasizing the need for accurate pricing bids. Offerors must submit a proposal that includes base line items and total prices for contract line item 1, which is a lump-sum item for the EV bus charging project. It also mentions compliance with Division 01 Specifications regarding measurement and payment, highlighting the importance of providing unit prices, extended totals, and adherence to rounding rules. Overall, the document aims to guide contractors in submitting conforming bids for the project while stipulating clarity in pricing structures and contractual obligations. This reflects standard practices within federal RFP processes, where precision and accountability are essential for project funding and execution.
    The document outlines wage determinations for heavy construction projects in Washington County, Utah, under the Davis-Bacon Act, which mandates minimum wage rates for federally funded contracts. It specifies that contracts initiated or renewed after January 30, 2022, must comply with Executive Order 14026, setting a minimum wage of $17.20 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, fall under Executive Order 13658, requiring a minimum wage of $12.90 per hour. Wage rates for various construction roles, including electricians, laborers, and operators, are detailed along with applicable fringe benefits. Additionally, the document includes a process for appeals regarding wage determinations and clarifies protections for workers, including paid sick leave as mandated by Executive Order 13706. The wage determination process is integral for ensuring fair compensation in federally funded construction endeavors, highlighting the government's commitment to labor standards and worker protections.
    The provided document serves as a form for government contractors to list general references essential for obtaining government contracts. It emphasizes the importance of transparency, particularly concerning any less-than-satisfactory relationships with references. Contractors are encouraged to explain any adverse situations and outline remedial actions taken to address issues. The form requires detailed information about various entities relevant to the contractor, including sureties, banks, insurance companies, subcontractors, and material suppliers. Specific sections mandate contact details, areas of specialization, and types of materials or policies involved. The structure promotes thoroughness and accountability, with the expectation that complete and candid disclosures will support a favorable assessment of the contractor's past performance. Overall, the document highlights the significance of comprehensive reference documentation in the competitive landscape of government RFPs, grants, and contracts.
    The document outlines the contract details for federal government construction services under Contract Number 140P2024R0115, designated for small businesses. It stipulates a period of performance of 119 days post-Notice to Proceed (NTP) and sets a maximum of 85% for subcontracting to non-similarly situated subcontractors (NSS). The invoice analysis reveals that no amounts have yet been invoiced for both prime and subcontractor work. The report includes a corrective action plan which must be submitted if the percentage of non-compliance with the subcontracting limitations arises, in accordance with federal regulations. Similarly Situated Subcontractors (SSS) are defined as small business participants of the same Small Business Administration (SBA) program that qualifies the prime contractor. This document serves as a regulatory framework ensuring adherence to subcontracting limits while promoting small business participation in federal contracts. Overall, it highlights compliance and accountability in government contracting processes.
    The Past Performance Questionnaire for Solicitation No. 140P2024R0115 aims to evaluate an offeror's performance on prior contracts to inform source selection for federal procurements. Offerors must fill out Sections A and B, providing relevant company and contract information, including project scope, costs, and periods of performance. References will complete Sections C and D, offering evaluations based on various criteria, including quality, schedule management, cost control, management effectiveness, small business subcontracting, and regulatory compliance. Each evaluation criterion includes a rating scale from "Exceptional" to "Unsatisfactory," alongside space for supportive comments. The document emphasizes that responses are confidential and should not imply government endorsement. It outlines the submission deadline for references, which is August 25, 2024, and provides contact details for the contracting officer, Rachel Dyer from the National Park Service. This questionnaire is essential for ensuring that contractors meet required performance standards before being awarded government contracts, fostering accountability and quality in public service projects.
    The document discusses clarifications and questions related to the ZION 240182 EV PHASE 3 project, focusing mainly on generator specifications, project management roles, performance periods, and bidding requirements. A significant issue is the conflicting specifications regarding the generator voltage and size, with the specs dictating a 600kW propane generator while the drawings indicate a 500kW version. Contractors are allowed to propose value engineering solutions, such as paralleling smaller generators. It is clarified that the Superintendent and Safety manager roles can be combined, but the Quality Control Manager must be separate. The anticipated period of performance is from October 15, 2024, to February 28, 2025, with discussions possible for extensions based on material lead times. Bidders are responsible for estimating quantities for the deteriorated base course paving. There is concern regarding the compatibility of the generator with the government-provided automatic transfer switch, prompting a request for the specific model from the government to ensure proper integration. Finally, the document references a revised contract price sheet and attachment detailing the specifications and expected compliance. This communication emphasizes the complexities of the RFP process, highlighting the need for clarity in specifications and contractor expectations.
    The document pertains to the submittals for electrical systems associated with charging stations at Zion National Park, specifically detailing the ASCO300 ATS 800AMP Non-SE Rated automatic transfer switches. The primary focus is on the electrical specifications and requirements for implementing charging stations to support electric vehicles within the park's infrastructure. It emphasizes the need for reliable and compliant equipment to ensure safety and efficiency in energy transfer. The submittals must meet relevant standards and regulations applicable to federal installations, reflecting the government's commitment to sustainability and modernizing national parks' facilities. This initiative aligns with broader federal objectives to promote green energy solutions in public spaces, ultimately enhancing visitor experience while minimizing environmental impact.
    The document outlines a Contract Price Schedule Template for a solicitation by the National Park Service (NPS) concerning the development of an electric vehicle (EV) charging infrastructure at Zion National Park. It specifies requirements for bidders to provide pricing for both base and optional contract line items (CLIs), detailing the necessity for clarity in unit pricing and total costs. The core project involves the EV (Bus) Charging Phase 3, with a specified lump-sum pricing structure. Two main line items are identified: the base project (CLI 1) for the EV charging installation and an optional line item (CLI 2) for the generator installation and connection. The document emphasizes compliance with specifications and accuracy in pricing calculations, indicating potential corrections for calculation errors. Overall, the purpose is to establish a clear financial framework for proposal submissions targeting the park's sustainable infrastructure efforts.
    The document outlines the construction specifications for the South Entrance and Visitor Center Road Rehabilitation project at Zion National Park in Utah. Issued by the National Park Service, it covers the early works EV package for installing Electric Vehicle (EV) charging infrastructure. The specifications detail the types of work included—earthwork, installation of EV charging equipment, and a cast-in-place box culvert—under a single prime contract. Key sections provide guidelines on project management, safety, quality requirements, and contractor obligations, including cooperation with other contractors and materials handling. The contractor must maintain traffic flow during construction, avoid damages to natural surroundings, and provide temporary barriers to protect existing vegetation. The public will have restricted access during construction, and work hours will generally be confined to weekdays. The document emphasizes strict adherence to regulatory requirements, including permits needed for various construction tasks. Specific administrative procedures for contract modifications are also outlined, enhancing clarity for financial oversight and project execution. Overall, this document emphasizes the importance of coordination, compliance, and detailed planning to ensure successful completion of the project while minimizing disruption to park operations.
    The document outlines the solicitation process for a contract associated with the National Park Service (NPS) for the construction bus charging Phase 3 at Zion National Park. It emphasizes key special contract requirements, including options for additional services, which may be exercised by the Contracting Officer within 180 days post-award. The evaluation for the award will follow a Best Value Continuum Tradeoff Process, ensuring proposals conform to requirements, are reasonable, and provide the best overall value, with a preference for technical merits over price. The evaluation factors include a structured assessment of the proposals based on technical capabilities, project experience, construction scheduling, personnel qualifications, and past performance. The government retains the right to reject proposals that do not meet standards and aims to conduct evaluations confidentially without prior pricing knowledge affecting technical assessments. Moreover, the contracting process allows for the inclusion of option evaluations for better overall pricing assessments. This structured approach showcases the government's commitment to transparency and best value procurement in infrastructure projects.
    This document serves as Amendment One to Solicitation No. 140P2024R0115 for the Zion 240182 Construction Bus Charging Phase 3 project, issued by the National Park Service, Denver, CO. The amendment involves several key changes and clarifications regarding proposals. Notable adjustments include: clarifying that pricing will only be included in Volume II of the proposals, confirming that one compiled PDF for each volume is acceptable for submission, and providing a Project Experience form for bidders. The amendment emphasizes the importance of acknowledging receipt of this amendment to avoid rejection of offers. It contains responses to various Requests for Information (RFIs) regarding submission guidelines and requirements for project experience and past performance documentation. Additionally, information on evaluating subcontractor contributions, and the preference for similar project past performance is provided. Overall, the amendment maintains all other terms and conditions of the solicitation unchanged, ensuring contractors understand the necessary amendments for compliance in their proposals.
    The document pertains to an amendment to a federal solicitation for contracting services by the Department of the Interior (DOI), National Park Service (NPS), and Division of Contracting Services. It outlines procedures for contractors to acknowledge receipt of the amendment for their offers to be considered valid. Key information includes deadlines for acknowledgment and the stipulation that changes can be submitted via letter or electronic communication, referencing both the solicitation and amendment numbers. The amendment also notes that contract modifications may reflect administrative changes or other adjustments per federal acquisition regulations. It emphasizes that all other contract terms remain unchanged unless specified. The document serves to ensure orderly communication and submission processes for potential contractors, vital for compliance in government procurement procedures.
    The file is an amendment, specifically Amendment 2, to a solicitation number 140P2024R0115 issued by the Department of the Interior, National Park Service (NPS). The amendment includes vital updates such as responses to queries received from organizations, specifically addressing a concern from Advanced Solutions Group LLC regarding generator specifications. The amendment stipulates that all offers must acknowledge receipt of this amendment prior to the specified submission deadline to avoid rejection. It clarifies that modifications can be submitted through written communication, referencing the amendment. Notably, a Basis of Design model number, Caterpillar CG132-12, is provided to address supplier issues around meeting project specifications. The amendment is effective as of August 8, 2024, maintaining that all previously established terms and conditions remain unchanged unless explicitly stated. Overall, this document aims to ensure clarity and compliance with updated information crucial for potential bidders responding to the solicitation.
    The document pertains to Amendment 3 of a federal solicitation, specifically addressing modifications related to a contract identified as 140P2024R0115. It outlines procedures for acknowledging receipt of the amendment and clarifies that submission modifications must be timely. Key changes include critical responses to contractor questions and a due date extension for proposals. The last day for questions is set for September 10, 2024, while proposals are now due by September 12, 2024, at 2 PM Mountain Time. The amendment also confirms that a bid bond is required for this project despite previous indications to the contrary. This document plays a crucial role in ensuring contractors understand their obligations and deadlines, emphasizing transparency in the procurement process. The response to contractor inquiries denotes the government’s commitment to facilitating effective communication and adherence to federal procurement regulations.
    This document serves as Amendment 4 to Solicitation No. 140P2024R0115, issued by the DOI's National Park Service in Denver, Colorado. The amendment details the process for acknowledging receipt, requirements for modifying existing offers, and answers to questions posed by prospective bidders. Notably, questions regarding the generator specifications have been addressed, clarifying the option for contractors to select a generator from a different manufacturer if it meets specified criteria. Additionally, the deadline for inquiries has been set for September 10, 2024, while the submission deadline for proposals is September 12, 2024, both by 2 PM MT. A bid bond is required for the project. The amendment emphasizes the importance of acknowledging the changes to avoid rejection of offers and maintains the terms and conditions of the original solicitation unchanged. Overall, the document underscores the procedural adjustments and clarifications necessary for bidders to compete effectively for this government contract.
    This document outlines Amendment 5 for the solicitation number 140P2024R0115, focusing on modifications to an existing contract/order. The amendment details the necessary steps for contractors to acknowledge receipt, which must happen before the specified deadline to avoid rejection of offers. Key updates include the deadline for questions related to the project, set for September 10, 2024, with proposals due by September 12, 2024, at 2 PM MT. Additional information provided is structured as attachments, which include answers to submitted questions, electrical submittals pertaining to generators, updated contract price schedules, and revisions to specifications and optional clauses. The document emphasizes that while modifications are made, all other terms remain unchanged and in full force, reflecting standard protocol in federal contracting. The amendment's purpose is clear: to address inquiries and ensure contractors have the most current information for submitting proposals in compliance with the solicitation requirements.
    The document is a federal solicitation for a construction project, specifically for the "Zion - EV (Bus) Charging Phase 3." The National Park Service (NPS) has issued a Request for Proposal (RFP) detailing essential requirements for interested contractors. The project's performance will commence within ten calendar days post-award, with a total completion period of 119 days. The solicitation includes vital components such as the need for performance and payment bonds, guarantees for offers, and compliance with provided clauses and requirements. Sealed bids are due by a specified date and time to the NPS contracting office in Denver, Colorado. The successful contractor must adhere to construction guidelines for highways and roads, with a projected delivery date set for January 31, 2025. This solicitation emphasizes the government’s commitment to expanding electric vehicle infrastructure and reflects procedural standards associated with federal contracts. The document underscores the importance of adherence to timelines and quality benchmarks to ensure project success and regulatory compliance.
    Similar Opportunities
    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.
    Y--Voya 308690: Replace Power Distribution
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the "Y--Voya 308690: Replace Power Distribution" project at Voyageurs National Park in Minnesota. The project involves replacing an 11.2-mile underwater medium voltage power line, multiple transformer boxes, and installing new switchgear and backup electrical generation systems to enhance emergency support and safety for visitors and staff. This initiative is critical for maintaining operational integrity at Kettle Falls, ensuring continued access to essential services and protecting public safety in the event of power outages. Interested contractors must submit their proposals by October 4, 2024, and can contact Timothy Burger at TimothyBurger@nps.gov or 720-688-9530 for further information. The estimated budget for this project exceeds $10 million.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    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.
    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--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of Generator Step-Up (GSU) transformers at three power plants within the Trinity River Division of California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is critical for modernizing the electrical infrastructure and maintaining reliable power generation, with an estimated contract value ranging from $35 million to $50 million. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Matthew Thomas at mthomas@usbr.gov or by phone at 916-978-5117.
    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.
    FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of the Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with an estimated construction cost exceeding $10 million and proposals due by October 4, 2024.