Y--WRST 248940 - Deficient Water Treatment System
ID: 140P2025R0007Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 6:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a deficient water treatment system at the Glennallen Facility within Wrangell St. Elias National Park and Preserve, Alaska. The project entails the demolition of the existing facility, construction of a new water treatment building, installation of a new well, and upgrades to water processing systems, all while ensuring minimal disruption to park operations and compliance with environmental standards. This initiative underscores the government's commitment to enhancing public infrastructure and environmental stewardship. Interested contractors must submit their proposals by April 23, 2025, at 12:00 PM Alaska Time, and are encouraged to contact Amber Hughes at amber_hughes@nps.gov for further details.

Point(s) of Contact
Files
Title
Posted
Dec 12, 2024, 7:05 PM UTC
The National Park Service (NPS), through its Denver Service Center, plans to issue a Request for Proposal (RFP) for a project to replace the water treatment system at the Glennallen Facility in Wrangell St. Elias National Park, Alaska. The purpose is to ensure high-quality potable water to meet current and future demands while minimizing visitor impact during construction. Key project elements include building a new water treatment structure, installing a new well, and upgrading existing water processing systems. The project falls under NAICS Code 237110 and has an estimated cost of $1 million to $5 million, with a performance period of 365 days from the Notice to Proceed. Proposals will be submitted electronically as part of a Competitive Total Small Business Set-Aside. Interested vendors must register on SAM.gov and are encouraged to attend a pre-proposal conference when scheduled. The project is currently unfunded but anticipated to secure funding. Government acquisition procedures, favoring small businesses, will be followed, with awards based on non-price and price factors. The context highlights the NPS's ongoing initiative to enhance infrastructure while fostering small business participation in government contracts.
The document outlines the final construction requirements for replacing the deficient water treatment system at the Copper Center Headquarters and Glennallen facilities within Wrangell St. Elias National Park and Preserve, Alaska. The project includes both the upgrade of the water treatment system in existing buildings and the construction of a new facility in Glennallen. Key considerations include contractor use of the site, project management, coordination among multiple contractors, noise management, and environmental controls. Special attention is given to compliance with federal and state regulations, including obtaining necessary permits and conducting operations without disrupting government activities. The document emphasizes the importance of maintaining accessibility for ongoing government operations during construction, ensuring that existing utilities remain functional, and minimizing environmental impact throughout the project. The document serves as a framework for contract execution and modification, with defined responsibilities among contractors and clear procedures for project management and approval processes. This construction initiative illustrates the government’s focus on infrastructure improvement and environmental stewardship in public service facilities.
The document details a project focused on replacing the deficient water treatment system at the Wrangell-St. Elias National Park & Preserve in Glennallen, Alaska. It includes construction specifications, engineering notes, and guidelines for the installation of new utilities such as water and sewer lines. Key components emphasize compliance with various building codes, project scope, and site conditions. The plan involves demolition of existing structures and careful excavation to prevent damaging existing utilities, with requirements for documentation of all changes and condition assessments before construction begins. Furthermore, it outlines restoration and environmental controls to minimize impacts on surrounding areas during construction. This project underlines the federal commitment to maintaining and upgrading infrastructure in national parks, ensuring safety, compliance, and environmental stewardship.
The document details a series of federal and state RFPs, grants, and other procurement opportunities available for various entities. It highlights key funding initiatives aimed at supporting local governments, non-profits, and other organizations in achieving specific community development goals. The primary focus areas include infrastructure improvements, public health projects, and environmental sustainability offerings. The document also underscores eligibility requirements for applicants, emphasizes the importance of compliance with federal guidelines, and outlines necessary documentation for submission. It specifies deadlines and provides instructions for proposals, while encouraging innovative solutions that align with community needs and federal objectives. In summary, this compilation serves as a vital resource for interested parties in navigating federal and state funding opportunities, fostering community resilience, and pursuing partnerships to catalyze transformative projects within various jurisdictions.
Apr 14, 2025, 5:05 PM UTC
The document pertains to the limitations on subcontracting for contract number 140P2025R0007, which is set aside for total small businesses under FAR Clause 52.219-6. It specifies that the prime contractor, whose name is to be inserted, is allowed to subcontract a maximum of 85% of the work to Non-Similarly Situated Subcontractors (NSS). The overall performance period is 365 calendar days from the Notice to Proceed (NTP). The report indicates that no payments have been made to either the prime contractor or the subcontractors during the performance period, implying there has been no financial activity to date. Additionally, it provides a formula for calculating compliance with the limitation on subcontracting; however, no amounts are filled in for the financial details, suggesting that no work has been initiated or completed. The report emphasizes the need for small businesses to adhere to subcontracting limitations in compliance with federal guidelines, ensuring that the prime contractor maintains the capacity to perform the contract’s requirements effectively. This is essential in fostering economic opportunities for small businesses within government contracting environments.
Apr 14, 2025, 5:05 PM UTC
The document is a solicitation form (140P2025R0007) aimed at collecting general references from contractors or offerors for a federal procurement process. It outlines essential requirements for respondents, including providing accurate contact details for surety companies, corporate banks, insurance companies, subcontractors, and material suppliers, all pertinent to the contractor's operation. Importantly, the offeror must disclose any past issues with references and the corrective actions taken, as failure to do so could lead to unfavorable evaluations of their past performance. This form is structured to ensure transparency and accountability among bidders, reinforcing the federal government's commitment to rigorous standards in contracting processes. Overall, it underlines the importance of clear communication and documentation in federal RFPs, ensuring that potential contractors present their qualifications authentically and thoroughly.
Apr 14, 2025, 5:05 PM UTC
The Project Experience Questionnaire is a federal solicitation aimed at gathering detailed project experience from potential contractors responding to RFP 140P2025R0007. Offerors must provide specific information regarding their project history, including project titles, descriptions, locations, and ownership details. The questionnaire requests responses to several key areas: a comprehensive description of the work performed by all involved contractors, identification of how their work meets the solicitation requirements, and explanations for any changes in project price or schedule. Additionally, it encourages offerors to discuss encountered problems and successful methodologies, justifying whether they would replicate those methods on the proposed project. The structure includes sections for contractor roles, associated costs, performance periods, and points of contact, ensuring a thorough evaluation of past experiences relevant to the proposed work. This document is significant for ensuring that contractors possess the necessary experience to fulfill future government projects efficiently and effectively, emphasizing accountability and transparency in project execution.
Apr 14, 2025, 5:05 PM UTC
The document is a Past Performance Questionnaire related to solicitation number 140P2025R0007, which is intended for potential contractors to assess their previous project performances. Contractors must complete Sections A and B, while designated references will provide feedback in Sections C and D. The questionnaire emphasizes that the information inside is sensitive and cannot be used for promotional purposes by the contractor. Key components include details about the contractor and specific projects submitted, including contract type, awarded prices, performance timelines, and descriptions of work. The evaluation section outlines criteria in categories such as quality, schedule management, cost control, management, small business subcontracting, and regulatory compliance, with a corresponding rating scale from "Exceptional" to "Unsatisfactory." References must provide both ratings and comments to support evaluations, culminating in an overall recommendation for the contractor's suitability for future contracts. The purpose of this document is to gather relevant performance history to inform government contracting decisions, focusing on contractors' reliability and effectiveness in meeting project requirements while adhering to legal and ethical standards in contracting processes.
Apr 14, 2025, 5:05 PM UTC
The document outlines the Request for Proposal (RFP) for the Glennallen Water Treatment Plant (WTP) project, focusing on various critical aspects of construction and infrastructure development. It details ten Contract Line Item Numbers (CLINs) for the project, including demolition of the existing structure, construction of substructures and superstructures, mechanical and electrical components, process piping, treatment equipment, water storage solutions, wastewater management, and the commissioning and training phase. The overall total proposed price for these CLINs is recorded, although specific monetary values for labor, equipment, and materials are not provided. This RFP, numbered 140P2025R0007, indicates a structured approach to ensure that all necessary components of the water treatment facility are effectively managed, emphasizing the importance of a comprehensive pricing schedule. The document serves as a formal solicitation for proposals to engage contractors in enhancing the water treatment capabilities essential for the community's health and infrastructure sustainability.
Apr 14, 2025, 5:05 PM UTC
The solicitation document (No. 140P2025R0007) aims to procure construction services for replacing the deficient water treatment system at the Glennallen Facilities within Wrangell St. Elias National Park, Alaska. The project includes the demolition of the existing water treatment facility, construction of a new water treatment building, installation of a new well, and upgrades to water process systems. Key requirements emphasize minimal disruption to park operations during construction and protection of surrounding areas. Bidders are instructed to submit firm-fixed-price offers, detailing costs associated with specific construction line items ranging from site preparation to commissioning. The contract terms outline performance expectations, inspection protocols, liquidated damages for delays, and stipulations regarding contractor compliance with various federal acquisition regulations and clauses. Furthermore, the document mandates electronic invoicing through the U.S. Department of Treasury's Invoice Processing Platform. Overall, this RFP represents a significant investment in improving public infrastructure while ensuring compliance with federal standards and requirements.
Apr 14, 2025, 5:05 PM UTC
Apr 14, 2025, 5:05 PM UTC
The National Park Service (NPS) is soliciting proposals for constructing a new water treatment facility at the Glennallen site, focusing on improving water supply capabilities for future expansions, particularly a 50-bed bunkhouse. The Request for Proposal (RFP) No. 140P2025R0007 is set as a total small business set-aside, with proposals due by April 23, 2025. A pre-proposal site visit will occur on April 2, 2025, and questions must be submitted by April 16, 2025, through specified contacts only. The contract will be awarded based on the Best Value Continuum Trade-Off Process, emphasizing project experience, technical competency, and management approach alongside price. Required work includes the enhancement of the existing water treatment system, which dates back to 1995, addressing issues like jacking of the well casing and ensuring compliance with existing environmental standards. Offerors must fulfill bonding requirements and adhere to specific insurance and performance obligations outlined in the solicitation. The project seeks to ensure safe, efficient, and sustainable water service for the facility and its future needs.
Apr 14, 2025, 5:05 PM UTC
RFP 140P2025R0007 concerns the Glennallen Facility project and outlines critical clarifications related to equipment design and specifications. Key inquiries include the certification requirement for the hydropneumatic tank, design details for plant drain pumps (P-11-1 and P-11-2), vent termination points for a specified PVC vent pipe, and the need for insulation on process piping. Responses indicate that the hydro tank must be ASME certified, the pumps' specifications are available in a referenced document, the vent will exit outside the building, no insulation is needed for the piping, and all pipe support systems must utilize stainless steel components. An amendment was noted, issued on March 31, 2025, indicating ongoing adjustments for the bid process. This document serves as a vital communication tool within the federal procurement process, ensuring clarity and compliance with technical requirements for proposed projects. It underscores the importance of accuracy and specifications in government RFPs.
Apr 14, 2025, 5:05 PM UTC
RFP 140P2025R0007 pertains to a project related to the Glennallen Facility’s water treatment and sanitation facilities. The document outlines a series of clarifications requested by bidders about design specifications, equipment requirements, and project experience relevant to the solicitation. Key questions include specifications for a hydropneumatic tank, details on sump pumps, vent pipe terminations, pressure gauges, and compliance with materials such as stainless steel. Additionally, inquiries regarding gravel source locations, acceptable documentation for past project performance evaluations (CPARs vs. PPQs), and requirements for piping and valve identification were addressed. The government provided responses, clarifying the design requirements and emphasizing the need for bid compliance with specific equipment characteristics. The overall purpose is to ensure that all bidders understand the requirements and can submit proposals based on clear and precise specifications, reflecting the rigor expected in government contracting processes. This RFP exemplifies the thorough examination and detail-oriented nature of federal request for proposals, emphasizing accountability and clarity for contractors.
Apr 14, 2025, 5:05 PM UTC
The document outlines a solicitation for the replacement of the deficient Glennallen Water Treatment System located in Wrangell St. Elias National Park, aimed at enhancing the existing infrastructure. The project involves comprehensive construction work, including the demolition of the current facility, construction of a new water treatment building, installation of a new well, and upgrades to the water process systems to meet future demands, ensuring minimal disruption to park operations and visitors during construction. Contractors are required to submit a Firm-Fixed-Price proposal, specifying pricing for various construction tasks outlined in the Bid Schedule. The contract includes detailed specifications for quality assurance, inspections, performance timelines, and penalties for delays. It mandates compliance with numerous federal clauses related to procurement, environmental standards, and contractor responsibilities. The submission and invoicing processes must be conducted electronically. The contract emphasizes the importance of maintaining the integrity of environmental and community impacts throughout construction, aligning with federal policy goals to ensure public safety and sustainable development practices.
Apr 14, 2025, 5:05 PM UTC
The document pertains to Amendment 0001 of the solicitation 140P2025R0007 for the project "Replace Deficient Water Treatment System (Glennallen Facility)" at the Wrangell St. Elias National Park and Preserve in Alaska. The amendment serves multiple purposes: it alerts interested parties to an upcoming Pre-Proposal Site Visit scheduled for April 2, 2025, with RSVPs required by April 1, 2025. Additionally, it specifies updates to various FAR clauses related to biobased products and sustainable practices that are applicable to the solicitation, with full details provided in an accompanying document. The amendment also outlines important deadlines, including the deadline for questions on April 16, 2025, and a submission deadline for offers due by April 23, 2025, at 12:00 pm Alaska Time. All other existing terms and conditions remain unchanged. This document emphasizes compliance requirements and provides guidance on responsibilities for potential contractors, emphasizing clarity in communication and process adherence.
Apr 14, 2025, 5:05 PM UTC
The document is an amendment (Amendment 0002) to a solicitation (RFP No. 140P2025R0007) concerning the project "Replace Deficient Water Treatment System" for the Glennallen Facility at Wrangell St. Elias National Park and Preserve, Alaska. Issued on March 31, 2025, this amendment addresses responses to questions submitted regarding the project and provides a deadline for these inquiries, due by April 16, 2025. Offers related to this solicitation must be acknowledged by submitting a copy of the amendment or through electronic communication, prior to the specified receipt deadline of April 23, 2025, at 12:00 pm AKT. The amendment confirms that all other terms and conditions remain unchanged. This document ensures that interested contractors are informed of updated project details and compliance requirements. Overall, it reflects the federal government's engagement in promoting transparency and clarity in procurement processes for governmental projects.
Apr 14, 2025, 5:05 PM UTC
This document pertains to Amendment 0003 for the Request for Proposals (RFP) No. 140P2025R0007, concerning the replacement of the water treatment system at the Glennallen Facility, located in Wrangell St. Elias National Park and Preserve, Alaska. The amendment serves to clarify the submission requirements and includes additional documentation from a pre-proposal site visit held on April 2, 2025. Key materials provided are a tri-fold handout and a sign-in sheet from the visit. It also addresses responses to questions submitted regarding the project, which are accessible in an accompanying tracker spreadsheet. Contractors must acknowledge receipt of this amendment to ensure their offers are considered, with the due date for questions set for April 16, 2025, and the final submission deadline on April 23, 2025, at 12:00 PM Alaska Time. Previous amendments dated March 26, 2025, and March 31, 2025, are noted as not being extended. The document ensures all other terms and conditions remain unchanged while emphasizing the necessity of thorough communication between the contracting agency and potential bidders. Overall, this amendment aims to facilitate a transparent proposal process for the required services.
Apr 14, 2025, 5:05 PM UTC
The document is a solicitation for a construction project aimed at replacing a deficient water treatment system at Wrangell St. Elias National Park and Preserve in Alaska. It outlines the requirements and conditions for potential contractors, emphasizing that this opportunity falls under a Competitive Total Small Business Set-Aside according to specific federal regulations (FAR Parts 15 and 36). The estimated project cost ranges from $1,000,000 to $5,000,000. Important deadlines, such as the submission of sealed bids, are specified, including performance periods and necessary guarantees. Offerors are reminded of the government's potential lack of available funding at this moment and are informed that an award will not be made until funds are secured. Additionally, the solicitation addresses the substitution of materials that conform to specified performance characteristics and emphasizes the importance of adhering to the stated clauses concerning materials and workmanship. The document’s structure includes sections for contractor information, acknowledgment of amendments, and offers a clear grouping of requirements to guide bidders in their proposals. Overall, it illustrates the formal procurement process for federal construction projects, maintaining a structure aligned with established government guidelines.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
C--Notice of Intent - AE Title III Services.
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is issuing a Notice of Intent to solicit proposals for Architectural and Engineering (AE) Title III services related to a construction project at Wrangell St. Elias National Park and Preserve in Glennallen, Alaska. The procurement, guided by the Brooks Act, seeks firms with significant experience in designing complex water treatment systems under challenging conditions, emphasizing qualifications and competence. This initiative is crucial for enhancing park infrastructure while adhering to environmental and regulatory standards. Interested firms must submit their qualifications by April 16, 2025, and can direct inquiries to Amber Hughes at amberhughes@nps.gov.
GAAR HEATING SYSTEM REPLACEMENT BETTLES VISITOR CE
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the heating system at the Bettles Visitor Center within the Gates of the Arctic National Park and Preserve in Alaska. The project involves removing outdated equipment and installing new systems, including a boiler and heat recovery ventilator, to enhance operational efficiency and comply with safety and environmental standards. This initiative is crucial for maintaining modern visitor facilities in a remote wilderness area, ensuring both functionality and ecological integrity. Interested small businesses must submit proposals by April 28, 2025, with an estimated contract value between $100,000 and $250,000, and can contact Janet Milson at janetmilson@nps.gov or 907-201-2581 for further details.
H--Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are operational and compliant with National Fire Protection Association standards, thereby enhancing public safety and emergency preparedness within these facilities. This contract, which is set aside for small businesses, will span until October 31, 2025, and includes provisions for annual inspections, immediate reporting of deficiencies, and coordination with monitoring services. Interested vendors must submit their proposals by April 24, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
AK PRA DENA 10(36), Replace Ghiglione Bridge
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the replacement of the Ghiglione Bridge along Denali Park Road in Alaska. The primary objective of this project is to enhance safety and improve the visitor experience by constructing a new steel girder bridge while maintaining access for park operations and preserving the road's historical alignment. This initiative is crucial for ensuring safe access to Denali National Park & Preserve, especially given the remote location and short construction season, which typically runs from May to September. Interested parties must submit their qualifications, including company information and past project experience, by April 17, 2025, with an estimated contract value between $10 million and $20 million and a projected solicitation date in summer 2025. For further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
REPLACEMENT OF SEPTIC TANK AT LOST HORSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of a septic tank at the Lost Horse Ranger Station in Joshua Tree National Park. The project involves removing an outdated 1967 septic tank and installing a modern 1,500-gallon system, ensuring compliance with current environmental codes and safety regulations. This initiative is crucial for maintaining the infrastructure of national parks and ensuring the facility's functionality and environmental compliance. Interested small businesses must submit sealed bids by the specified deadline, with a site visit scheduled for April 24, 2025, and the project completion expected within 30 days after the notice to proceed. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. This project aims to enhance water access and infrastructure by constructing a new moored breakwater, upgrading electrical systems, and implementing a UV treatment system to mitigate contamination from invasive species. The estimated construction cost ranges from $5 million to $10 million, with a performance timeline of 580 calendar days post-award. Interested contractors must submit sealed proposals by the specified deadline and can contact Mark Barber at markbarber@nps.gov or 721-621-7310 for further information.
Z--Olympic NP REHAB KALALOCH LAGOONS
Buyer not available
The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of wastewater lagoons at Olympic National Park's Kalaloch Area in Washington. The project involves installing manual headworks screens, floating dock systems, depth markers, new aerators, and various upgrades to existing structures, including pumps and piping, all under a single prime contract. This initiative is crucial for maintaining the park's wastewater management systems and ensuring environmental compliance. The estimated budget for the project is between $1,000,000 and $2,000,000, with a performance period from June 16 to December 31, 2025. Interested contractors must register in the System for Award Management (SAM) and can expect the solicitation details to be available around April 22, 2025; inquiries should be directed to Geraldine Larsen via email at geraldinelarsen@nps.gov, with no phone calls accepted.
J--STEA: REHABILITATE MECHANICAL SYSTEM
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for the rehabilitation of mechanical systems at the Steamtown National Historic Site in Scranton, PA. The project involves the complete installation of a hot water system, including boilers, vents, piping, and propane tanks, as well as modifications to existing hot water systems serving the History Museum and locomotive shop. This procurement is significant for maintaining the historical integrity and operational efficiency of the site, with a contract value estimated between $1 million and $5 million. Interested contractors must be registered in the System for Award Management (SAM) and submit proposals approximately 30 days after the solicitation is issued, which is expected to be available around April 24, 2025. For further inquiries, contact Roselyn Sessoms at RoselynSessoms@nps.gov or by phone at 718-815-6152.
CLR059 Repair Utility Piping in Utilidors
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the CLR059 Repair Utility Piping in Utilidors project at Clear Space Force Station in Alaska. The project involves the removal and replacement of steam, condensate, and water piping, along with necessary repairs and upgrades to the utilidor infrastructure, which is critical for the heating and water supply of the facility. This procurement is significant as it aims to extend the service life of essential utilities, with an estimated contract value between $25 million and $100 million, and a performance period of approximately 1218 calendar days. Interested contractors must register in the System for Award Management (SAM) and are encouraged to check the PIEE Solicitation Module for the solicitation, which is expected to be available around April 16, 2025. For further inquiries, contact Jason Linn at jason.linn@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil.
Y--JOMU IRRIGATION SYSTEM REHABILITATION
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to rehabilitate the irrigation system at the John Muir National Historic Site in California. The project involves replacing the existing failing irrigation system that supports the site's historic landscape, including mature ornamental trees and orchards, with a new system that will also extend irrigation to additional areas. This procurement is crucial for maintaining the historic integrity and ecological health of the site, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit their proposals by May 15, 2025, and can contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further information.