Y--WRST 248940 - Replace Deficient Water Treatment System *Glennallen
ID: 140P2025R0007Type: Presolicitation
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
    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 Facilities within Wrangell St. Elias National Park and Preserve in Alaska. The project entails the demolition of the existing water treatment facility, construction of a new building, installation of a new well, and upgrades to water processing systems, all while ensuring minimal disruption to ongoing park operations and compliance with federal and state regulations. This initiative is crucial for enhancing public infrastructure and environmental stewardship within national parks. Interested small businesses must submit their proposals by the specified deadlines, with the estimated project cost ranging from $1,000,000 to $5,000,000. For further inquiries, potential bidders can contact Amber Hughes at amber_hughes@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Z--BIBE 317515 Replace Chisos Lodge Rehab Water
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the Chisos Mountains Lodge and the rehabilitation of the water system at Big Bend National Park in Brewster County, Texas. The project encompasses two main components: the demolition and replacement of the existing lodge and camper store, along with the expansion of restroom facilities at the visitor center, and the installation of new potable water treatment and storage facilities, including the replacement of the existing water distribution system. This initiative is crucial for enhancing visitor experience and maintaining essential services within the park, with an estimated project cost of $10 million or more and an anticipated performance period of approximately 549 calendar days. Interested vendors must register with the System for Awards Management (SAM) and obtain a DUNS number, and they can contact Bruce Beck at brucebeck@nps.gov or 303-969-2318 for further information.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Arco, Idaho. The project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. This initiative is crucial for enhancing park infrastructure and ensuring compliance with federal guidelines, reflecting the government's commitment to environmental stewardship and public accessibility. Interested contractors should note that the estimated construction cost ranges from $1,000,000 to $5,000,000, with proposals due by March 31, 2025. For further inquiries, contact Paula Teague at paulateague@nps.gov.
    INSPECT AND CLEAN POTABLE WATER TANK
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to inspect and clean a 50,000-gallon potable water tank at Walnut Canyon National Monument in Arizona. The procurement requires bidders to provide all necessary labor, materials, and equipment, with a contract execution timeline set from April 14, 2025, to August 15, 2025. This initiative underscores the importance of maintaining essential infrastructure for public health and safety while supporting small business participation in federal contracting. Interested parties must submit their quotations by March 25, 2025, and can direct inquiries to Dennis Zoltak at denniszoltak@nps.gov or call 720-670-0856.
    GRAND CANYON NATIONAL PARK WATER HAULING BPA
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide potable water hauling services via a Blanket Purchase Agreement (BPA) for the North Rim of Grand Canyon National Park. The procurement involves the supply, delivery, and offloading of up to 5,000 gallons of potable water, with specific delivery schedules to be determined through individual BPA calls. This initiative is crucial for ensuring the availability of essential water resources in the park, supporting both visitor needs and environmental management. Interested vendors must submit their quotes electronically by April 2, 2025, and must be registered in the System for Award Management (SAM) with an active Unique Entity Identifier (UEI). For further inquiries, potential bidders can contact Lindsay McLaughlin at lindsaymclaughlin@nps.gov or call 719-470-8678.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation Number 140P2025R0015. The project involves significant construction efforts, including the installation of a new dry-pipe fire suppression system, construction of a new maintenance building, and various utility improvements, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by the specified deadline and can contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge preservation and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, while ensuring minimal disruption to public use and compliance with environmental regulations. This initiative is crucial for maintaining the infrastructure of a significant national park, reflecting the government's commitment to public safety and environmental stewardship. Interested contractors should note that the estimated contract value exceeds $10 million, with proposals due by March 17, 2025, at 12:00 PM MT; for further inquiries, contact Zaira Lupidi at zairalupidi@nps.gov.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.
    Circle X WELL REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for the Circle X Well Repair project located in the Santa Monica Mountains National Recreation Area. This procurement aims to address emergency repairs needed for the Circle X Well, which is crucial for providing safe, bacteria-free water to the park's public and private sources, including the re-lining of the well casing and ensuring compliance with safety standards. The selected contractor will be awarded a firm fixed-price contract based on best value considerations, with performance expected from March 21 to April 4, 2025. Interested small businesses must submit their quotes electronically by March 19, 2025, and can contact Patty Payne at PattyPayne@nps.gov or 559-730-6435 for further details.
    Repair Airfield Storm Drain System (FTW507)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the repair of the airfield storm drain system at Fort Wainwright, Alaska, under the project title "Repair Airfield Storm Drain System (FTW507)." This project involves a two-phase design-build approach that includes the removal and replacement of catch basins and manholes, the replacement of underground storm pipes, and the construction of infiltration basins to enhance drainage efficiency and mitigate hazards to aircraft caused by water ponding. The estimated contract value ranges from $8 million to $10 million, with a performance period of approximately 300 calendar days, and proposals are due by March 26, 2025. Interested parties should contact Ronald K. Jackson at ronald.k.jackson@usace.army.mil or Mark Corn at mark.r.corn@usace.army.mil for further information.