Z--LAKE REPLACE VISITOR CENTER ROOF AND HVAC
ID: 140P8124B0002Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of the Interior's National Park Service seeks experienced construction contractors to replace the heating, ventilation, and air conditioning (HVAC) systems and roof of the Alan Bible Visitor Center at Lake Mead National Recreation Area, Boulder City, Nevada. The project, carrying an estimated magnitude of $500,000-$1 million, requires comprehensive solutions for both systems, emphasizing quality craftsmanship. Contractors must adhere to strict guidelines and attend a mandatory site visit, with key deadlines including a forthcoming site visit and a proposal submission deadline of February 14, 2024.

    Seeking to enhance the visitor center's infrastructure, the National Park Service requires a full replacement of the existing HVAC system and roof, necessitating careful coordination with park operations. The project's complexity demands a thorough understanding of the site and adherence to stringent requirements, including prevailing wage laws.

    Contact Michelle Bennett at Michelle_Bennett@nps.gov or 7022938909 for more information. Funding for this project is in place, with the contract anticipated to be awarded based on a firm-fixed-price model.

    Point(s) of Contact
    Files
    Title
    Posted
    The goal of this RFP is to procure construction services for the National Park Service's Lake Mead National Recreation Area. The project involves replacing the Alan Bible Visitor Center's HVAC system and roof. The work is divided into two phases and must be coordinated with park operations. Key tasks include duct reconfiguration, HVAC unit replacement, and roof removal and replacement, all while adhering to park regulations and environmental requirements. The request specifies detailed contract modification procedures, defining allowable costs and markup percentages. A construction schedule, including a baseline and updates, is required, along with environmental management plans for waste, indoor air quality, and stormwater pollution prevention. Critical dates include a preconstruction conference and progress meetings. Evaluation criteria were not explicitly mentioned. The estimated contract value is several million dollars, with lump-sum payments for specific work items. Contractors must submit a comprehensive proposal, including pricing, schedules, and required plans, by a specified deadline.
    The procurement objective of this project is to replace and upgrade the heating, ventilation, and air conditioning (HVAC) systems, as well as to perform related mechanical and electrical repairs in a building. The focus is on installing new rooftop units, fans, and split systems, along with associated ductwork and controls. The HVAC systems will be tested and balanced by an independent agency. Contractors are required to visit the site and familiarize themselves with existing conditions, as the plans include existing equipment and utilities that need to be considered during the replacement process. The work involves careful coordination with other trades and adherence to safety and induction standards. Key dates include a site visit prior to submission and a projected completion date of June 30, 2024. The evaluation of proposals will likely prioritize factors such as understanding of the scope, experience with historic buildings, and compliance with stringent requirements and codes. This concise summary outlines the essential aspects of the procurement, providing a clear overview of the government's objective to upgrade its HVAC systems and the key requirements for potential contractors.
    The government seeks a robust online project management software with robust collaboration and document management features. This software must facilitate efficient communication and workflow management among various stakeholders, including National Park Service personnel, contractors, and architects. Key requirements include unlimited document storage, advanced permissions, and easy document linking. The software should also enable easy access to project information like schedules, drawings, and meeting minutes. Emphasis is placed on effective task management, with clear workflows and notification systems. Additionally, the contractor will provide a system for processing certified payrolls, ensuring compliance with relevant FAR regulations, which will be accessed through the software. Vendors are expected to propose suitable FedRAMP-compliant solutions, with the potential for mobile accessibility. The contract will be awarded based on the software's functionality, security, and compliance with government requirements, with an emphasis on value and usability. Key dates and further administrative details were not provided.
    The primary objective of this procurement is to secure new heating, ventilation, and air conditioning (HVAC) systems and a roofing system for the Alan Bible Visitor Center (ABVC) in the Lake Mead National Recreation Area. The focus is on replacing these essential systems, with the solicitation requiring lump-sum pricing for key components. The HVAC systems include multiple units, namely AC-2, AC-3, and AC-4, each priced individually. Additionally, the procurement entails split-system FCU units and a comprehensive roofing system, both also requiring lump-sum pricing. Contractors will be responsible for supplying and installing these systems, adhering to the specified quantities and quality standards outlined in the solicitation. The work scope also encompasses incorporating the new HVAC and roofing systems into the existing infrastructure, ensuring seamless integration. The contract is anticipated to be a firm-fixed-price arrangement, with a combined estimated value of the listed items exceeding $5 million. Offerors must submit their proposals by the deadline, with evaluations focused on the completeness and compliance of the proposed systems with the solicitation's requirements. The government's preference is for a comprehensive solution covering all listed HVAC and roofing components. Key dates include a forthcoming site visit and a proposal submission deadline of February 14, 2024. To be considered, offers must include pricing for all listed system components, following the guidelines mentioned in the solicitation.
    The focus of this file is on establishing a clear framework for contract administration, in alignment with Federal Acquisition Regulation (FAR) 36.211(b). The objective is to outline the process for managing equitable adjustments related to change orders in construction contracts, recognizing the significance of timely definitization. The document directs interested parties to the Department of the Interior's (DOI) website, where they can access details on policies and procedures governing construction contracts. This information is crucial for vendors and contractors, offering a comprehensive overview of the DOI's expectations and requirements when managing change orders and facilitating timely adjustments.
    The government seeks to contract building construction services for projects in Clark County, Nevada, excluding certain sites. The focus is on labor requirements, with detailed wage rates and classifications for various construction roles, encompassing trades such as carpentry, electrical work, and plumbing. The roles and their respective pay rates are comprehensively listed, often accompanied by fringe benefits. The work primarily involves new construction, with some emphasis on masonry and concrete finishing. The procurement aims to lock in rates for construction labor, ensuring compliance with prevailing wage laws like Davis-Bacon and related acts. The numerous role classifications indicate a diverse range of skills required for the projects. The government specifies strict labor regulations and worker protections, including paid sick leave and minimum wage requirements, which contractors must adhere to. Key dates include modification deadlines, with the latest being 05/24/2024, and the decision effective date is 01/03/2024. Contractors will need to adhere to the specified wage rates and classifications, with the potential for adding unlisted classifications after award. The evaluation of proposals will likely focus on compliance with these labor requirements and the applicability of the Executive Orders.
    Solicitation No. 140P8124B0002 seeks a contractor for the Alan Bible Visitor Center's roof and HVAC system replacement. The primary objective is to replace the center's metal roofs and upgrade its heating and cooling systems. The government seeks approximately 5,055 square feet of new roofing, emphasizing that the current metal roofing won't be restored. Contractors can propose alternative solutions, such as coatings or single-ply materials, during the post-award phase. The project involves two phases, with around four to five individuals occupying the building during construction. The government requires the contractor to provide temporary heating and cooling solutions for both construction needs and occupant comfort. Important dates include the preferred work period from October 2024 to March 2025 and the possibility of an extension beyond the current 185-day calendar limit. The contracting officer holds the discretion to approve or disapprove any recommended design changes. For the roofing work, the government has provided estimated quantities for bidding purposes, including 7 scuppers, 5 drains, and 2 overflows. Contractors must verify these quantities before material ordering. The site visit attendee sign-in sheet is included, and the government confirms that on-site storage will be provided for removed equipment. The RFP allows for potential extensions to the period of performance if justified by equipment lead times.
    The Lake Mead National Recreation Area is seeking bids to replace the HVAC and roof systems at the Area's facility. The solicitation number for this project is 140P8124B0002. A pre-bid site visit was conducted on July 22nd, 2024, and companies who attended include Eberhard S/W Roofing, CORE, COLE, Canvia State Roofing, Aventus NU, INC, Integrity RoofingLLC, Dcs construction Served, and PRS POOFING. The record also includes the names and contact details of the attendees. The primary objective is to procure comprehensive roofing and HVAC solutions, with an emphasis on quality craftsmanship and materials to ensure the longevity of the replacements.
    The government agency seeks to amend a solicitation for a contract related to facilities management. This amendment, designated as Amendment No. 01, aims to post a Questions and Answers (Q&A) document and a site visit sign-in sheet attached to the original solicitation. Notably, the amendment emphasizes the importance of acknowledging its receipt by offerors, which is required before the specified hour and date to avoid potential rejection. It also allows for changes to already submitted offers, as long as they are received before the opening hour and date indicated. The amendment itself doesn't introduce significant modifications to the contract's terms, maintaining the original period of performance and requisition details. Offerors should carefully review and respond to the amended solicitation, focusing on the new attachments and the requirement to acknowledge the amendment's receipt.
    The government agency seeks to amend an existing contract or solicitation, identified as 140P8124B0002, for a project administered in Boulder City, Nevada. The primary objective is to modify the contract's terms, extending the submission deadline for offers. Initially, offers were due on August 12, 2024, but this amendment pushes the deadline to a later date. Bidders are required to acknowledge the receipt of this amendment and must include a bid bond with their submissions. Additionally, the amendment provides new instructions for submitting bids electronically and joining a virtual bid opening via Microsoft Teams. The link to access the virtual meeting is included in the file. This amendment does not alter the contract's essential services or specifications, and all other terms and conditions remain unchanged. The project, expected to run from October 2024 to April 2025, appears to be related to construction or facility management, though the specific scope of work is not explicitly mentioned in the provided information.
    The government seeks bids from construction contractors for a project titled 'Replace Alan Bible Visitor Center HVAC and Roof.' This is a small business set-aside invitation for bid, with an estimated magnitude of $500,000-$1 million. The work involves replacing the HVAC system and roof at the visitor center, with strict compliance to specifications outlined in the solicitation. Bidders are required to attend a mandatory site visit and must submit their bids electronically. The contracting process is divided into several sections detailing the solicitation, contract terms, and evaluation criteria. Notably, the project has a quick turnaround, with a completion deadline of 185 days after receiving the notice to proceed. The evaluation of bids will consider factors such as bid price and compliance with solicitation requirements, with a focus on achieving the desired construction outcomes within the specified timeline and budget.
    Similar Opportunities
    Replace HVAC at Maintenance & Curatorial Bldgs - S
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of HVAC systems at the Maintenance and Curatorial Buildings located in Skagway, Alaska. This project is a Total Small Business Set-Aside, aimed at enhancing climate control and energy efficiency within the facilities, with an estimated contract value ranging from $500,000 to $1 million. The selected contractor will be responsible for adhering to specific technical and performance standards, ensuring compliance with safety regulations, and completing the work within a performance period of 330 calendar days. Proposals must be submitted by October 25, 2024, and interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Z--Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California, under solicitation number 140PS124Q0039. The project involves critical construction services, including soil testing, erosion repairs, installation of new culverts, and the use of rip rap for stabilization, with a total project completion deadline of 90 days from the notice to proceed. This initiative is vital for restoring environmental functionality and safety within the park following severe flood damage in August 2023. Interested contractors must submit sealed offers, with a contract value expected to range between $100,000 and $250,000, and are required to attend a mandatory site visit on September 30, 2024. For further inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of historic structures at Fort Yellowstone in Yellowstone National Park, under Solicitation No. 140P2024R0177. The project aims to restore and upgrade the exteriors of seventeen historic buildings, focusing on preserving their historical integrity while addressing necessary structural repairs, including roofing, masonry, and window restorations, in compliance with federal preservation standards. This initiative is crucial for maintaining the cultural heritage of the park while enhancing the facilities for operational use, with an estimated project value exceeding $10 million. Interested contractors must submit their proposals by November 4, 2024, and can contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--Source Sought Notice
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for the rehabilitation of the Painted Desert Community Complex located within Petrified Forest National Park, under project number PEFO 267538. The project aims to address structural deficiencies, restore historical features, and upgrade facilities to meet current standards, with an estimated construction cost exceeding $10 million. This initiative reflects the federal government's commitment to preserving national landmarks while enhancing visitor experiences and public engagement. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    DEVA Lagoon & Access Road Repairs
    Active
    Buyer not available
    The National Park Service is seeking contractors for the repair and restoration of the Stovepipe Wells Lagoon and its access road at Death Valley National Park in California. The project involves addressing erosion issues, repairing drainage features, removing invasive vegetation, re-compacting lagoon berms, regrading the area, and replacing downed fencing. This initiative is crucial for maintaining the park's infrastructure and ensuring environmental sustainability. Interested contractors should submit their company information, including experience and socio-economic status, to the primary contact, Jason Burdett, at jasonburdett@nps.gov or by phone at 501-762-9517. The estimated project cost ranges from $250,000 to $500,000, with a completion timeline of 90 days post-contract initiation, contingent upon available funding.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park, Arkansas. The project aims to restore critical building systems and features, including roof replacements, with an estimated budget exceeding $10 million, ultimately enhancing visitor experiences and preparing the facilities for adaptive reuse to generate potential lease revenue. This procurement is significant as it focuses on preserving historical structures while improving operational efficiency, and it will be conducted using a Full and Open contracting method to encourage participation from small and disadvantaged businesses. Interested vendors must have an active registration in the System for Awards Management (SAM) and can expect the solicitation to be issued on or after October 15, 2024; for further inquiries, they may contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    Y--ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Y--ROMO 327127 Bridge Preservation" project, aimed at preserving multiple bridges within Rocky Mountain National Park. Contractors will be required to perform various preservation tasks, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is crucial for maintaining the park's infrastructure while ensuring compliance with environmental regulations and federal standards. Interested contractors should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and must submit their proposals by the specified deadline, with a pre-proposal site visit scheduled for October 4, 2024.
    Y--MALU 293291 Rehabilitate the Visitor Center and
    Active
    Interior, Department Of The
    The Department of the Interior, National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center and Headquarters at the Martin Luther King Jr. National Historic Park in Atlanta, Georgia. The project aims to upgrade the facility through extensive renovations, including interior remodels, roof repairs, HVAC and electrical updates, and site improvements, all while ensuring compliance with safety and environmental standards. This initiative underscores the government's commitment to preserving national historic sites and enhancing visitor experiences. Interested contractors should note that this is an 8(a) set-aside opportunity with an estimated contract value between $5 million and $10 million, and proposals are due by November 15, 2024. For further inquiries, contact John Babcock at johnbabcock@nps.gov or call 303-969-2626.
    MACA 258051 Replace Seasonal Housing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking input for a construction project titled MACA 258051, aimed at replacing seasonal housing at Mammoth National Park in Kentucky. The project involves the construction of two two-story 12-plex housing units and the demolition of three existing single-story units, along with associated site work, utilities, and hazardous abatement. This initiative is crucial for enhancing the living conditions for seasonal staff and ensuring the sustainability of park operations. Interested parties are encouraged to respond by October 24, 2024, providing details on business size, bonding capabilities, and relevant experience, as the NPS prepares for a Request for Proposal (RFP) expected in Summer 2025, with an estimated project cost between $5 million and $10 million.
    Solicitation for a new concession contract to provide guided raft tours, marina, boat rentals, houseboat lodging, food and beverage, retail, campground, land and water-based fuel sales at Willow Beach and Black Canyon within Lake Mead NRA
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a new ten-year concession contract to provide a range of services including guided raft tours, marina operations, boat rentals, houseboat lodging, food and beverage sales, retail, campground management, and fuel sales at Willow Beach and Black Canyon within the Lake Mead National Recreation Area. This opportunity aims to enhance visitor experiences by offering diverse recreational activities and amenities in a popular natural setting. Interested parties are encouraged to attend a site visit on October 16, 2024, to gain insights into the concession operations, with registration required by October 15, 2024. Proposals must be submitted electronically by January 28, 2025, and inquiries should be directed to Kimberley Gagliolo at kimgagliolo@nps.gov.