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
    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 No. 140P2025R0015. The project involves constructing a new maintenance building, installing a dry-pipe fire suppression system, and ensuring compliance with various safety and environmental standards, 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 promoting small business participation in federal contracting. Interested contractors should submit their proposals by the specified deadline and may contact Gabriel Castellanos at gabriel_castellanos@nps.gov or 303-969-2118 for further information.

    Point(s) of Contact
    Castellanos, Gabriel
    (303) 969-2118
    (303) 987-6646
    gabriel_castellanos@nps.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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 Idaho. This 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. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    HAMP 326087 -
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the preservation of historic structures at the Hampton National Historic Site under project number HAMP 326087. The project aims to ensure the maintenance and restoration of significant historical properties, with an estimated contract value ranging between $5,000,000 and $10,000,000. This initiative is crucial for preserving cultural heritage and enhancing visitor experiences at the site. Interested contractors should note that proposals must be submitted in sealed formats, adhering to specific guidelines outlined in the solicitation document, and can contact Linda Melnick at lindamelnick@nps.gov for further information.
    Z--Craters of the Moon NP: Rehab Restroom
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Visitor Center of Craters of the Moon National Monument and Preserve in Idaho. The project aims to modernize the existing facilities, ensuring compliance with ADA standards and enhancing accessibility for visitors, which includes the installation of new plumbing fixtures, wall-mounted water closets, and appropriate finishes. This renovation is crucial for improving visitor experience and safety while adhering to federal regulations and best practices in construction. Proposals are due by March 17, 2025, with the contract performance period set from April 14, 2025, to February 16, 2026. Interested contractors should direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov.
    Y--FODO253278 Rehab the Visitor Center Attachment
    Buyer not available
    The National Park Service (NPS) is seeking qualified businesses to participate in a Sources Sought Notice for the rehabilitation of the Fort Donelson Visitor Center located in Dover, TN. The project, valued between $1-5 million, aims to complete existing work and implement critical repairs, including the construction of a new two-story addition that will enhance accessibility and feature an interpretive center. This initiative underscores the NPS's commitment to preserving historic sites while improving visitor engagement through modern facilities. Interested parties must submit their qualifications, bonding capacity, and relevant project experience by 5 PM EST on March 3, 2025, with further details available from John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Z--FRRI 253825 - Rehabilitate Civil Rights Structures
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking responses from interested businesses for a rehabilitation project at the Freedom Riders National Monument in Anniston, Alabama, focusing on the Greyhound Bus Depot and the Mural Building. The project aims to rehabilitate these historic structures to enhance visitor education regarding their significance to the Civil Rights Movement, involving tasks such as hazardous material abatement, structural repairs, and compliance with accessibility standards. With an estimated budget between $1 million and $5 million, the NPS emphasizes historic preservation and minimal disruption to park visitors during construction. Interested contractors must submit their qualifications, bonding capacity, and relevant experience by March 3, 2025, and can contact Carlos Garcia at carlosgarcia@nps.gov or 720-900-6595 for further information.
    Z--NIFC 210 RMP Insulation Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
    Z-- HAMP 326087: Preserve Historic Structures
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a competitive 8(a) Request for Proposal (RFP) for the construction and rehabilitation of historic structures at the Hampton National Historic Site in Towson, Maryland. The project aims to preserve the historical integrity of various buildings, including historic enslaved quarters, overseer’s house, and mule barn, while improving accessibility and modernizing building systems. This initiative is significant for maintaining the cultural heritage of the site and is expected to have a contract duration of 18 months with a performance magnitude exceeding $10 million. Interested parties must register in the System for Award Management (SAM) to participate, and they are encouraged to engage as subcontractors, particularly small and disadvantaged businesses. For further inquiries, interested vendors can contact Linda Melnick at lindamelnick@nps.gov.
    Z--NIFC 300 JWH MPR Suite/NICC Repairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is seeking contractors for the repair and alteration of the JWH MPR Suite and NICC facilities. This project is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses in accordance with FAR 19.5 regulations. The repairs are crucial for maintaining operational efficiency and safety within the facilities that support interagency fire management efforts. Interested contractors can reach out to Matthew Steele at masteele@blm.gov or call 208-387-5130 for further details regarding this presolicitation opportunity.
    Z--Replace Roof System - ISBEE Set-Aside
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the roof system on a recycling/storage shed at Petroglyph National Monument in Albuquerque, NM. The project involves the removal of the existing roof and installation of a new system, along with necessary finishing touches, emphasizing the government's commitment to supporting Indian small businesses through a total set-aside procurement. The estimated contract value ranges from $25,000 to $100,000, with proposals due by March 26, 2025, and an anticipated solicitation release date around March 12, 2025. Interested vendors can contact Samuel Hyslop at samuelhyslop@nps.gov or by phone at 970-880-4482 for further information.
    Z--BICR 316236 - Rehabilitate Civil Rights Structures (A.G. Gaston Motel)
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the historic A.G. Gaston Motel located at the Birmingham Civil Rights National Monument in Alabama. The project aims to restore the motel's structural integrity and historical appearance, addressing significant deterioration caused by heavy use and environmental factors, with essential renovations including hazardous materials abatement, plumbing and electrical upgrades, and the creation of visitor facilities. This initiative underscores the government's commitment to preserving historical sites and enhancing public education about civil rights history, with an estimated project cost ranging from $1 million to $5 million and a performance period of 365 days. Interested vendors must maintain active registration in the System for Awards Management (SAM) and can contact Carlos Garcia at carlosgarcia@nps.gov or 720-900-6595 for further information.