Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
ID: 140P2025R0015Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 6:00 PM UTC
Description

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 activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabriel_castellanos@nps.gov or by phone at 303-969-2118.

Point(s) of Contact
Castellanos, Gabriel
(303) 969-2118
(303) 987-6646
gabriel_castellanos@nps.gov
Files
Title
Posted
Nov 27, 2024, 9:31 PM UTC
The United States Department of the Interior's National Park Service (NPS) is announcing a forthcoming Request for Proposal (RFP) for construction services aimed at rehabilitating operational buildings at Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho. This project, identified as RFP 140P2025R0015, is set as a competitive, small business set-aside, emphasizing minimal disruption to park operations and visitor experience during construction. The project encompasses two main components: 1. Installation of a new fire suppression system within the existing Maintenance and Paleontology Lab Building at Hagerman, requiring a new pump house and water tank, along with necessary repairs and relocations of utilities. 2. Construction of a new maintenance building at Minidoka, which involves metal framing, various facilities for staff, demolition of an existing wooden structure, and necessary utility connections. This procurement falls under the NAICS code 236220, and the estimated project budget ranges from $1 million to $5 million, with a performance period of one year. The NPS plans to issue the formal RFP on SAM.gov, with the expectation of funding becoming available. It is intended to provide contracting opportunities for small businesses, including prioritized participation for disadvantaged groups. Contacts for further inquiries are provided within the document.
The document outlines a Request for Proposals (RFP) from the National Park Service for the rehabilitation of operational buildings at Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho. The work includes installing a fire suppression system, constructing new buildings, and demolishing existing structures. Offerors must submit a firm-fixed-price proposal detailing a base price and additional options, with clear specifications for the required work and necessary inspections. The RFP emphasizes compliance with various federal regulations, including contractor performance assessments, electronic invoicing, safety measures, and environmental considerations. Specific clauses dictate contractor responsibilities, quality assurance, timeframes for project completion, and conditions for modification or cancellation. This RFP represents a structured approach to procure specialized services and materials while ensuring adherence to governmental standards and policies. The overarching goal is to enhance operational facilities within national parks, fostering a commitment to preservation and infrastructure modernization through regulated contracting processes.
Apr 22, 2025, 5:09 PM UTC
The project HAFO 314578 entails the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument in Idaho, specifically focusing on the installation of a new dry-pipe fire suppression system for the existing Maintenance and Paleontology Lab Building. This will involve constructing a new pump house alongside a water tank and includes measures to protect existing collections within the Paleontology Lab during the renovation process. The project outlines specific work phases, emphasizing coordination with existing operations to minimize disruption, strict safety and environmental protocols, and preservation of natural features. Contractors must comply with comprehensive construction management and scheduling procedures, ensuring effective communication and transparency through regular meetings and submissions on a dedicated project website. The scope clearly defines contractor responsibilities regarding permits, utility management, and compliance with applicable regulations, underscoring the importance of thorough planning and execution in a federal construction context. This project illustrates the government’s commitment to maintaining and enhancing its cultural and historical assets while adhering to safety and environmental standards.
Apr 22, 2025, 5:09 PM UTC
The project titled "Rehabilitate Operational Buildings at Idaho Parks" at the Hagerman Fossil Beds National Monument includes the construction of a new pump house and water tank alongside an existing maintenance and paleontology lab building. The scope encompasses the installation of a dry-pipe fire suppression system, as well as ensuring compliance with various building codes such as the International Building Code (IBC), International Energy Conservation Code (IECC), and National Fire Protection Association (NFPA) standards. The project's estimated completion date is December 20, 2024, and the construction will adhere to specific design requirements to enhance operational efficiency and safety. General notes emphasize the contractor's responsibility to familiarize themselves with the documents, verify site conditions, and comply with safety and construction standards. The document also outlines accessibility considerations and the structural design's seismic requirements, promoting a thorough understanding of the existing conditions while planning for new installations. This initiative is part of a larger effort to upgrade facilities within national parks, aligning with government funding objectives and encouraging sustainable development practices.
Apr 22, 2025, 5:09 PM UTC
The document outlines the project specifications for the rehabilitation of operational buildings at the Minidoka National Historic Site in Idaho, as managed by the National Park Service. It includes detailed construction documents, project management protocols, safety requirements, and environmental protections necessary for successful execution. Key components involve the construction of a new Maintenance Building, demolition of the existing Robison House, and various utility installations. It emphasizes the importance of proper coordination among contractors, adherence to specified work hours, and the avoidance of public disruptions during construction. The document also specifies contractor responsibilities for obtaining permits, managing waste, complying with environmental regulations, and ensuring quality control. Overall, this comprehensive plan underscores the federal government’s commitment to properly rehabilitating historic sites while maintaining operational integrity and environmental stewardship.
Apr 22, 2025, 5:09 PM UTC
The document outlines the design and construction plans for a new maintenance building at the Minidoka National Historic Site in Idaho, under the National Park Service. It details the project scope, including office, restroom, storage, workshop spaces, associated systems, and exterior features like a carport. The file provides specifications on construction, relevant codes, options for additional work, including demolition of an existing structure, and ensures compliance with various standards such as the International Building Code and accessibility regulations. It emphasizes the contractor's responsibility for familiarization with all plans, dimensions, and site conditions before commencing work. Essential details, such as the environmental and safety measures required, outline the project's comprehensive approach to modernization while preserving the site's historical significance. Overall, the document serves as a structured guideline for contractors aligning with government regulations regarding federal grants and local contract obligations related to park infrastructure enhancements.
Apr 22, 2025, 5:09 PM UTC
The Past Performance Questionnaire for Solicitation No. 140P2025R0015 is a structured tool for evaluating contractor performance for federal contracts, managed by the National Park Service. The document outlines the process for contractors to submit information regarding their previous projects, including company details, project specifics, and references. It delineates the responsibilities of both the offeror and the reference, emphasizing that the responses will be used for source selection and are classified as Source Selection Sensitive, prohibiting any form of marketing endorsement by the government. Sections A and B are for offeror information and project details, while Sections C and D involve the evaluation of performance based on criteria such as quality, schedule management, cost control, and regulatory compliance. Each area is rated on a scale from "Exceptional" to "Unsatisfactory," with opportunities for comments, allowing the contracting officer to assess the contractor’s capabilities comprehensively. The final section directs the responses back to a designated contracting officer, ensuring proper handling within the procurement process. Overall, this questionnaire functions as a key component in federal procurement, ensuring that contractors are assessed based on their past performance before being awarded new contracts.
Apr 22, 2025, 5:09 PM UTC
The document outlines the Contract Price Schedule for a solicitation by the National Park Service (NPS), specifically for the project titled "Rehabilitate Operational Buildings at Idaho Parks." The solicitation identifies key contract line items (CLIs) that contractors must address, including maintenance buildings, a pump house, and various optional tasks such as outdoor workspace, demolition, and monitoring for archeological concerns. Contractors are required to submit pricing for both the base items and the options, with an emphasis on accurately calculating and presenting unit prices and totals. The document specifies that any errors in pricing will default to the unit price, ensuring clear financial expectations for the federal procurement process. Overall, this document serves as a key component of the government's process for soliciting bids and managing contracts for infrastructure rehabilitation projects within national parks, reflecting federal standards and regulatory compliance.
Apr 22, 2025, 5:09 PM UTC
The document details a federal government Request for Proposal (RFP) for contract RFP 140P2025R0015 focused on general construction services, with a set-aside for small businesses. The total contract price and prime contractor are to be determined. The performance period is designated as 365 days. The RFP outlines participation calculations for similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). Currently, all invoice amounts are reported as $0, indicating no financial activity or payments made. The document includes guidelines for calculating compliance with subcontracting limitations as mandated by various federal regulations. It stresses that non-compliance with the stipulated percentages for subcontracting requires the prime contractor to submit a corrective action plan. It also clarifies what constitutes SSS and NSS entities based on their affiliation with Small Business Administration programs. This document serves as an essential framework for ensuring small business participation in federal contracts in line with legal requirements, particularly in construction services.
Apr 22, 2025, 5:09 PM UTC
The United States Department of the Interior is soliciting construction services for the rehabilitation of operational buildings at Hagerman Fossil Beds National Monument in Idaho, under Solicitation No. 140P2025R0015. This document justifies the use of brand-name components necessary for the fire alarm system to ensure compatibility with the existing Bosch fire alarm control panel. The project entails modifying current devices in the Maintenance/Laboratory building and extending the fire alarm service to a new pump house. Estimated costs for this brand-name procurement are around $27,210. The justification supports the exclusive need for Bosch products, adhering to statutory competition exceptions due to the intricate compatibility requirements of the existing systems. Market research was limited; however, technical expertise confirmed that substituting a different brand would necessitate a full replacement of the fire alarm infrastructure—a task beyond the project scope. The procurement strategy aims to solicit offers from multiple sources while ensuring pricing remains fair and reasonable. By continuing to monitor developments in fire alarm technology, the government seeks to maintain a competitive environment for future acquisitions. This justification document is formally certified by the Project Manager and Contracting Officer, ensuring compliance with federal guidelines.
Apr 22, 2025, 5:09 PM UTC
Apr 22, 2025, 5:09 PM UTC
The document outlines a Request for Proposal (RFP) for the rehabilitation of operational buildings at Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho. The main components include the installation of a dry-pipe fire suppression system and a new maintenance building, with specific requirements on materials, labor, and timelines. Bidders must submit a Firm-Fixed-Price offer, detailing both base and optional line item costs within set parameters. Key sections detail project specifications, bid schedules, contract clauses, and inspection requirements. Additionally, it includes stipulations for contractor performance assessments and electronic invoicing through the Invoice Processing Platform. Compliance with Federal Acquisition Regulations and departmental regulations is mandatory. Overall, this RFP demonstrates the government's commitment to improving infrastructure while ensuring safety, environmental compliance, and the effective use of taxpayer funds.
Apr 22, 2025, 5:09 PM UTC
The MIIN/HAFO 140P2025R0015 governmental solicitation encompasses construction projects at two sites, detailing requirements and addressing contractor inquiries. Key points include the necessity for separate submittals per site, the absence of historical permit requirements for both buildings, and the provision for a single management team across both sites. Essential construction operations will proceed while sites remain occupied, mandating coordination to mitigate disruption. Contractors are tasked with drilling a new potable water supply well and must adhere to specific tank dimensions to meet capacity requirements. The presence of hazardous materials was evaluated, confirming no asbestos was detected. The proposal submission deadline has been extended, allowing contractors to refine their proposals while addressing detailed requirements about materials and equipment. Moreover, concerns regarding pricing data necessitated clarification, reiterating that certified costs are mandated in the proposal for transparency. The project duration is outlined with distinct timelines for the MIIN and HAFO sites. This document serves as a comprehensive guide for contractors bidding on the project, ensuring all compliance, operational, and logistical considerations are thoroughly understood.
Apr 22, 2025, 5:09 PM UTC
The document outlines responses to questions regarding the Request for Proposal (RFP) for development projects at the Minidoka National Historic Site (MIIN) and the Hagerman Fossil Beds (HAFO). Key topics include the need for separate submittals for each site, the non-historic status of both buildings, management structure around concurrent construction, hazardous material assessments, and coordination with local authorities for permits. Significant points include the confirmation that both sites will remain occupied during construction, clarification on responsibilities related to drilling new water wells, and the requirement for archeological monitoring during ground disturbances. Additionally, the document addresses that certified cost or pricing data is mandated due to federal procurement regulations, emphasizing that risk assessments must be part of the contractor's proposals. The proposal due date is extended to accommodate the volume of information requested. Overall, this document provides essential details for contractors preparing bids, ensuring compliance with the specifications and conditions set forth by the National Park Service. It reflects the structured process of the federal RFP system, aimed at ensuring fairness, transparency, and adherence to legal and safety standards in public project undertakings.
Apr 22, 2025, 5:09 PM UTC
The document pertains to the utility plan for the Minidoka National Historic Site, specifically detailing the Minor Maintenance Building project. It includes essential information such as project identification numbers and the date of design (05/23/2024). The utility plan identifies the infrastructure necessities and layout required for the maintenance building, which is part of an effort to preserve and manage the historic site effectively. This plan is crucial for ensuring that the utilities are installed and maintained according to federal standards, allowing the site to function efficiently while preserving its historical significance. An emphasis on thorough documentation is apparent, ensuring compliance with requirements for federal RFPs and grants related to historic site management and maintenance.
Apr 22, 2025, 5:09 PM UTC
The document pertains to the construction details for a maintenance building at the Minidoka National Historic Site, focusing on the civil engineering specifications. The main components featured include various elements such as a 24-inch diameter concrete lid, vault details, and inlet/outlet configurations. Specific weights and dimensions are outlined—highlighting a vault weight of 3,105 pounds, with lids weighing 10,880 pounds—along with lifting insert specifications for construction handling. The technical drawings include detailed section and plan views that guide the construction process. This documentation is critical for compliance with federal and local site standards, ensuring the maintenance building integrates well with the historic site infrastructure, reflecting the government's commitment to preserving and maintaining significant cultural resources. Proper execution of these plans will support ongoing maintenance and operations within the historic area.
Apr 22, 2025, 5:09 PM UTC
The document outlines the specifications for a construction project to rehabilitate operational buildings at the Hagerman Fossil Beds National Monument in Idaho. The primary focus is on the installation of a new dry-pipe fire suppression system in the Maintenance and Paleontology Lab Building, alongside the construction of a new pump house and water tank. The project involves coordinating various engineering and architectural elements while adhering to safety, maintenance, and environmental protocols. The contractor is required to ensure minimal disruption to park operations and the surrounding natural landscape. Additionally, there are detailed procedures regarding contract modifications, construction scheduling, and environmental compliance, reflecting the governance standards required by federal projects. The comprehensive coordination plan aims to facilitate efficient project management, comply with regulatory requirements, and ensure that the project aligns with National Park Service guidelines while preserving historic structures and natural features.
Apr 22, 2025, 5:09 PM UTC
The document outlines the project titled "Rehabilitate Operational Buildings at Idaho Parks," specifically for the Hagerman Fossil Beds National Monument in Idaho. The scope involves the construction of a new pump house, a 70,000-gallon water tank, and the installation of a dry-pipe fire suppression system to serve existing operational buildings, including a maintenance and paleontology lab. The document details requirements for compliance with various codes, including the International Building Code and fire safety regulations, specifying building heights, occupant classifications, and structural design standards. It emphasizes contractor responsibilities in preserving existing structures and adhering to design specifications during construction. Critical notes outline maintenance and accessibility considerations, as well as the need for protection against contaminants during renovations. The project aligns with government guidelines for federal grants and state/local RFPs, demonstrating a commitment to improving essential infrastructure in national parks while ensuring safety and environmental compliance.
Apr 22, 2025, 5:09 PM UTC
The project outlined in MIIN 314972 involves rehabilitating operational buildings at the Minidoka Historic Site in Idaho. The National Park Service provides comprehensive construction documents detailing required procedures, project management strategies, and coordination guidelines. Key components include managing construction scheduling, submittals, permits, and environmental considerations. The project will necessitate collaboration among contractors, emphasizing the need to ensure that existing utilities remain operational during the maintenance building's construction. Specifics of the project management plan address coordination of multiple construction aspects while adhering to both federal and state regulations. Additionally, emergency procedures and safety protocols are established to ensure compliance and protection of workers and the site environment. The document serves as a guiding framework for contractors to facilitate compliance with technical, procedural, and regulatory requirements throughout the rehabilitation process. This initiative highlights the government’s commitment to preserving historical sites while enhancing their operational capabilities.
Apr 22, 2025, 5:09 PM UTC
The document outlines the construction plans for a new maintenance building at the Minidoka National Historic Site in Idaho, prepared by Anderson Hallas Architects, PC, with various engineering consultants. The project includes creating a facility with offices, a break room, restrooms, and storage areas, emphasizing compliance with applicable building codes, accessibility standards, and energy conservation regulations. Additionally, it features proposed site improvements such as new utility installations, including a transformer, well, and septic system. The document specifies several bid options, including outdoor workspace, the demolition of the existing Robison House, and relocating a power pole. A detailed analysis of building specifications and requirements, focusing on structural design, fire protection measures, and construction types, further ensures adherence to safety and functional guidelines. Accessibility plans are also included, ensuring compliance with the Architectural Barriers Act. This document serves as a vital resource for contractors, guiding them through project specifications and expected outcomes while prioritizing historical preservation and environmental considerations.
Apr 22, 2025, 5:09 PM UTC
This document serves as an amendment to Solicitation Number 140P2025R0015, pertinent to the rehabilitation operations of buildings at national parks. It instructs contractors on how to acknowledge receipt of the amendment, specifying submission methods such as acknowledgment on copies or through separate correspondence. The amendment updates several attachments to the final construction documents and outlines potential schedule adjustments in light of a possible government shutdown through March 17, 2025, including the cancellation of an associated site visit. The document emphasizes the importance of acknowledging the amendment to ensure offers are considered, maintaining the terms and conditions established in the original solicitation, while allowing for modifications as necessary. Overall, this amendment is crucial for guiding contractors in compliance with procedural requirements and adapting project timelines in response to unforeseen events.
Apr 22, 2025, 5:09 PM UTC
The document serves as an amendment to solicitation number 140P2025R0015, issued by the National Park Service for the rehabilitation of operations buildings at Idaho Parks. The amendment includes several key changes: it provides a site visit sign-in sheet and a Questions and Answers document, corrects a typographical error regarding amendment numbers, and removes the historical preservation requirement from past performance evaluation criteria. Additionally, it extends the proposal due date to April 21, 2025, at 12:00 PM MDT. Several clauses related to biobased products, waste reduction, and sustainable services have been modified or incorporated in full text, along with the removal of certain provisions like affirmative action compliance requirements. It is essential that contractors acknowledge receipt of this amendment by specified methods to ensure their offers are considered. Overall, this document aims to clarify and update the terms associated with the solicitation while facilitating an orderly bidding process.
Apr 22, 2025, 5:09 PM UTC
The document is an amendment to a federal solicitation, specifically for contract ID 140P2025R0015, regarding rehabilitation operations of buildings at national parks. The amendment primarily extends the proposal submission deadline to April 28, 2025, at 12:00 PM MDT. It outlines the acknowledgment requirements for contractors in response to the amendment, stipulating that failure to acknowledge the amendment in the specified manner may lead to the rejection of offers. It refers to additional administrative changes and underscores that all other terms of the solicitation remain unchanged. This amendment is significant for contractors interested in the project, enabling them more time to prepare their offers while ensuring compliance with the amended solicitation terms.
Apr 22, 2025, 5:09 PM UTC
The document is an amendment to the solicitation for contracts related to rehabilitation operations buildings at national parks (MIIN 314972 & HAFO 314578). It serves several key purposes, primarily extending the proposal submission deadline to April 30, 2025, at 12:00 PM local time. Additionally, it presents finalized questions and answers regarding the solicitation, specifically titled "B09_Amd4, MIIN HAFO QA 4.21.25." Furthermore, it includes revised drawings labeled C600 and C400. The amendment emphasizes that offers must acknowledge receipt prior to the specified deadline, contextually important for compliance in government procurement processes. The document reiterates that all previously established terms and conditions remain intact unless explicitly modified within this amendment. Overall, it provides necessary updates and logistical details crucial for contractors involved in the bidding process, ensuring clarity and compliance with solicitation protocols.
Apr 22, 2025, 5:09 PM UTC
The document outlines a solicitation for construction services to rehabilitate operational buildings at Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho. This project, designated as "Rehabilitate Operational Buildings at Idaho Parks," is issued by the NPS, DSC Contracting Services Division, under the solicitation number 140P2025R0015. It falls under FAR Parts 15 and 36, marked as a Competitive Total Small Business Set-Aside, with expected construction costs between $1,000,000 and $5,000,000. Offerors must follow the submission guidelines specified in Sections B to J, and a pre-proposal site visit is mentioned for interested bidders. The contractor is required to commence work within a specified timeframe and provide necessary performance and payment bonds. The offer must be sealed, include specific identifying information, and be submitted by the stated deadline. Importantly, proposed materials will be reviewed for compliance with design standards. This solicitation aims to engage small businesses in fulfilling federal construction needs while ensuring community involvement and adherence to regulatory requirements, ultimately enhancing the operational integrity of national historic sites.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
NIFC 300 JWH MPR Suite
Buyer not available
The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the renovation of the NIFC 300 JWH MPR Suite and NICC Repairs at the National Interagency Fire Center in Boise, Idaho. This project involves comprehensive renovations, including demolition, remodeling, and upgrades to meet current safety and operational standards, with a focus on enhancing functionality for government personnel. The work is critical for modernizing facilities that support interagency coordination during fire seasons, ensuring compliance with federal regulations and labor standards. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
Z--Crater of the Moon REPAIR INTERIOR OF BATHROOM
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor for the interior repair of the campground bathroom facility at Craters of the Moon National Monument in Arco, Idaho. The project involves providing all necessary labor, materials, and equipment to restore and enhance the functionality, safety, and cleanliness of the facility, including tasks such as floor leveling, epoxy coating replacement, and the installation of new sinks, toilets, and urinals. This procurement is crucial for maintaining public use standards and ensuring accessibility, with an estimated contract value of less than $35,000. Interested small businesses must register in the System for Award Management (SAM) and can expect the solicitation to be posted around May 1, 2025, with proposals due within 30 days of posting; inquiries should be directed to Geraldine Larsen at geraldinelarsen@nps.gov.
NEPE FIRE SUPPRESSION SYSTEM REPAIR
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the repair of the fire suppression system at Nez Perce National Historical Park in Lapwai, Idaho. The project involves replacing a failed jockey pump and associated components to ensure the system maintains adequate pressure for the protection of property, human life, and a significant museum collection. This initiative is crucial for upholding safety protocols and preserving historical assets within the park environment. Interested small businesses must submit their quotes by May 8, 2025, and are encouraged to demonstrate relevant experience through past performance references, with the contract expected to be awarded based on price, technical capability, and compliance with federal regulations. For further inquiries, potential bidders can contact Michael Abner at michaelabner@nps.gov.
Z--Crater of the Moon INSTALLATION OF NEW WINDOWS
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the installation of new exterior operable windows at Craters of the Moon National Monument in Arco, Idaho. The project involves cutting new openings in an existing brick wall and installing three energy-efficient operable sliding windows in individual offices that currently lack exterior windows, adhering to applicable building codes and NPS facility standards. This installation is crucial for enhancing the functionality and energy efficiency of the offices within the monument. The solicitation is expected to be posted on or around May 1, 2025, with a contract value estimated at less than $25,000. Interested small businesses must have an active vendor record in SAM.gov and can direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov, as phone calls are not accepted.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
Z--LL CAMPGROUND EXPANSION AND IMPROVEMENTS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the expansion and improvements of the Lower Lehman Campground at Great Basin National Park in Baker, NV. The project entails enhancing existing non-compliant campsites, expanding the campground entry, constructing a new paved roadway, and installing necessary infrastructure such as storm culverts and vault toilets. This initiative is crucial for improving visitor access and experience at the campground, with an estimated contract value between $1,000,000 and $5,000,000. Interested small businesses must ensure they have a Unique Entity ID and be registered in the System for Award Management (SAM) by the solicitation close date, with the official solicitation expected to be released around May 5, 2024. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
Z--HAMP 326087: Preserve Historic Structures Hampto
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the preservation and rehabilitation of historic structures at the Hampton National Historic Site in Towson, Maryland, under solicitation number 140P2025R0043. This design-bid-build construction project is specifically set aside for Competitive 8(a) Small Business concerns, with an estimated construction cost exceeding $10 million, focusing on restoring up to 14 historic buildings, addressing structural deficiencies, and upgrading mechanical and electrical systems while ensuring compliance with preservation standards. Interested contractors must acknowledge receipt of amendments to the solicitation, adhere to strict timelines, and submit proposals by the specified deadline, with the project period of performance scheduled from September 1, 2025, to March 1, 2027. For further inquiries, potential bidders can contact Marc Nguyen at marcnguyen@nps.gov or by phone at 720-448-1166.
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work, performing critical repairs, and constructing a new two-story addition to enhance accessibility and educational opportunities. The Visitor Center, a historic resource, will be closed during renovations, although the park will remain open to visitors. Interested businesses, both large and small, are encouraged to submit their qualifications, bonding capacity, and relevant experience by May 13, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research ahead of a full competitive acquisition process expected to commence in spring FY 2025.