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.