Z--ACAD -REPLACE SCHOODIC WASTEWATER SYSTEM
ID: 140P4324R0019Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Schoodic Wastewater System at Acadia National Park in Bar Harbor, Maine. The project involves demolishing the existing wastewater treatment plant and installing a modern subsurface treatment system, which includes modifying sewer collection systems, installing new holding tanks, and creating disposal fields, all while ensuring minimal disruption to park operations and compliance with environmental regulations. This procurement is crucial for maintaining the park's infrastructure and environmental stewardship, with an estimated contract value between $1 million and $5 million and a performance period from January 1, 2025, to December 31, 2025. Interested contractors should contact Jason Albright at Jason_Albright@nps.gov or by phone at 617-519-6145 for further details and must submit their bids by the specified deadline.

    Point(s) of Contact
    Albright, Jason
    (617) 519-6145
    (760) 934-4780
    Jason_Albright@nps.gov
    Files
    Title
    Posted
    The National Park Service is preparing to issue a Request for Proposal (RFP) for a construction project valued between $1 million and $5 million, aiming to demolish and replace the Schoodic wastewater treatment plant at Acadia National Park in Bar Harbor, Maine. The project entails the procurement of construction services, including all necessary materials, labor, equipment, and supervision, to replace the existing wastewater treatment facility. A firm-fixed-price contract will be awarded, with a NAICS code of 237110, reflecting water and sewer line construction. Small businesses are given full opportunity to bid, with a size standard of $45 million. The official RFP, scheduled for release on or around August 6, 2024, will provide comprehensive details, including specifications, statements of work, and site visit information. Interested vendors are advised to register with SAM.gov and refer to the website for all solicitation documents. The point of contact for additional information is Jason Albright, a contract specialist with the National Park Service.
    The Schoodic Wastewater Replacement project at Acadia National Park is aimed at demolishing the existing wastewater treatment plant and replacing it with a modern subsurface treatment system. This involves multiple phases to ensure the ongoing operation of the existing system throughout the transition. Key tasks include modifying sewer collection systems, installing new holding tanks and an effluent pump station, and creating new disposal fields. The project requires careful planning to accommodate regulatory requirements and site restrictions and entails close coordination with governmental entities for permitting and environmental compliance. The Contractor is responsible for obtaining all necessary licenses, managing construction schedules, and adhering to safety and quality standards. Emphasis is placed on minimizing public inconvenience and maintaining accessibility during construction. The project management framework integrates software for efficient coordination among stakeholders while emphasizing environmental stewardship and proper waste management to adhere to local, state, and federal regulations.
    The document focuses on a wastewater disposal project in Alina, Maine, detailing the infrastructure and engineering specifications necessary for the implementation of the system. It outlines the construction of wastewater disposal fields comprising four fields (two pods of two), with each field featuring 145 side feed chambers arranged in five rows. The project includes various details such as pipe specifications, tank capacities, elevations, and locations for installation of elements like septic surge tanks and distribution manholes. Key data include a design flow rate of 16,750 gallons per day, specific elevations for inverts, and adherence to environmental regulations. Supporting details highlight the need for relocating existing utilities, the inclusion of insulation for sewer piping, and careful soil preparation to prevent erosion. The document provides measurements, material types, and construction requirements, emphasizing the importance of process integrity and compliance with standards throughout the construction phase. Overall, this summary reflects the document's aim of ensuring successful wastewater management while adhering to federal and state regulations for public infrastructure projects.
    The document outlines General Decision Number ME20240008 for building construction projects in Hancock County, Maine, effective August 23, 2024. It specifies wage rates and fringe benefits for various labor classifications covered under the Davis-Bacon Act, citing Executive Orders 14026 and 13658 regarding minimum wage requirements. Contractors must pay workers at least $17.20 per hour or the applicable wage rate for contracts initiated after January 30, 2022. The file lists wage rates for different trades, such as ironworkers, laborers, and pipefitters, along with necessary requirements under the Executive Orders related to paid sick leave and additional classifications as needed. Procedures for challenging wage determinations are also detailed, providing a pathway for stakeholders to seek review and possible appeal through the U.S. Department of Labor. This document is crucial for ensuring compliance with federal wage standards in construction projects funded by federal contracts, reflecting the government's commitment to fair labor practices.
    The document addresses the requirement under the Federal Acquisition Regulation (FAR) 36.211(b) for federal agencies to outline their policies and procedures regarding the definitization of equitable adjustments for change orders in construction contracts. It emphasizes the need to provide details on the time required to finalize these adjustments. Agencies are directed to reference the guidelines available at the Department of the Interior's acquisition policy webpage. This framework aims to ensure transparency and standardization in handling changes to construction contracts, facilitating efficient management of adjustments and helping mitigate disputes that may arise from such changes. By establishing clear procedures, the government seeks to enhance compliance among contractors and streamline contract administration practices across various federal, state, and local projects.
    The government file relates to a contract detailing the financial engagements between federal agencies and contractors, emphasizing limitations on subcontracting. It includes a contract identifier (PIID), type of set-aside, total contract value, and performance period. The document features calculations for payments made to similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). Notably, it assesses the limitation on subcontracting percentages, crucial for adherence to regulations during contract execution. Though specific financial figures are placeholder text, the structure allows room for detailing payment distributions across task orders, revealing potential subcontracting dynamics and compliance implications. The cumulative totals for all task orders provide a comprehensive perspective on financial interactions throughout the contract's duration. This analysis is significant within the government contracting context, ensuring that subcontracting practices align with federal restrictions and promote fair market competition while providing insights into contractor accountability. Overall, the document serves as a template for federal contracting processes, underscoring the importance of transparency and compliance within government procurement practices.
    This document serves as an amendment to solicitation number 140P4324R0019, issued by the National Park Service (NPS) for a project related to the Boston National Historical Park. The amendment outlines the protocols for acknowledging its receipt, emphasizes the importance of submitting acknowledgments before the specified deadline, and details the modification request process. The primary purpose of this amendment is to provide the sign-in sheet from a site visit conducted on September 5, 2024. The document specifies the period of performance for the contract, which runs from January 1, 2025, to December 31, 2025. Notably, it indicates administrative changes made within the contract and clarifies that aside from the modifications noted, all other terms of the solicitation remain unchanged and in effect. The contracting officer for this amendment is Jason Albright. This amendment is an integral part of government contracting procedures, ensuring transparency and compliance with established protocols, while facilitating the continuation of contract development processes related to federal projects.
    The document outlines an amendment to solicitation number 140P4324R0019 pertaining to the project titled "Demolish and Replace Schoodic Wastewater System." This modification introduces revisions to the bid schedule by including measurement units and quantities for specific contract line items (CLINs). The period of performance for the project is set from January 1, 2025, to December 31, 2025. Key details include requirements for contractors to acknowledge receipt of the amendment and to provide pricing for both base line items and optional line items as specified. The bid schedule includes specific tasks such as the demolition of the wastewater treatment plant, selective site demolition, ledge excavation, and the construction of various sewer systems. Offers must adhere to stipulated pricing formats, including lump sum and unit price structures, with explicit guidance provided for calculation errors. The purpose of this amendment is to ensure clarity in the bidding process and to facilitate accurate contractor submissions, ultimately aiming to enhance project oversight and execution within the federal government's procurement framework.
    The document outlines a Request for Proposal (RFP) issued by the National Park Service for the demolition and replacement of the Schoodic Wastewater Treatment Plant at Acadia National Park, Bar Harbor, Maine. The project requires contractors to provide all necessary materials, labor, management, and equipment, with an estimated total cost between $1 million and $5 million. The contract duration will take place from January 1, 2025, to December 31, 2025, following a performance period that starts within 14 days of the award notice. A comprehensive set of specifications, drawings, and clauses regarding the project operations, including competitive bidding and contractor obligations, are included. Key provisions emphasize the necessity for compliance with wage determinations, bonding requirements, and the importance of federal standards regarding employment opportunities and environmental safeguards. The RFP also requires contractors to submit sealed bids by the specified due date and indicates the evaluation process for proposals received. This procurement method sets forth procedures to ensure fair competition and compliance with federal regulations throughout the project lifecycle.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    Y--YOSE 196416 Rehabilitate El Portal Wastewater Treatment Facility and Admin Camp.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is initiating a pre-solicitation for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. This project aims to upgrade the 45-year-old wastewater treatment plant, which is critical for managing wastewater for Yosemite Valley and surrounding communities, by replacing outdated infrastructure and systems, demolishing obsolete structures, and creating RV sites for construction workforce housing at the former administrative camp. The estimated cost for this comprehensive project exceeds $150 million, with a performance period of 1460 days, including potential environmental shutdowns. Interested contractors must be registered with the System for Award Management (SAM) to participate, and solicitation documents are expected to be issued around September 30, 2024. For further inquiries, contact Patrick Naulty at patricknaulty@nps.gov or call 303-987-6701.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    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. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    Y--WY-JACKSON NFH-SEPTIC SYSTEM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the construction of a 2000-gallon, 3-stage concrete septic system at the Jackson National Fish Hatchery in Wyoming. The project aims to enhance waste management services for the Volunteer Complex, which includes RV pads and a volunteer bunkhouse, in compliance with federal and local regulations. This initiative is critical for maintaining public health standards and supporting environmental preservation efforts at the hatchery site. Interested contractors must submit their proposals, including all required documentation, by September 19, 2024, at 5:00 PM EDT, and are encouraged to contact John Ferrall at johnferrall@fws.gov for further information.
    Z--CACO ROAD STRIPING
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is soliciting proposals for road striping services at Cape Cod National Seashore in Wellfleet, Massachusetts. The project aims to enhance visibility through the painting and striping of roads, requiring contractors to provide all necessary labor, materials, and equipment while adhering to local, state, and federal regulations. This initiative is crucial for maintaining public safety and accessibility in national parks. The estimated contract value ranges from $100,000 to $250,000, with proposals due by September 17, 2024, and project performance expected between September 30, 2024, and May 30, 2025. Interested contractors can contact Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145 for further information.
    Delintment Lake Water System Installation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the installation of a solar-powered water system at the Delintment Lake Campground in Oregon. The project involves replacing an existing handpump delivery system with a solar pump, including the installation of solar panels, a prefab concrete building, and plumbing for water tanks. This initiative is crucial for enhancing the campground's water supply while promoting sustainable practices. Interested small businesses must submit sealed bids by September 18, 2024, with an estimated contract value between $100,000 and $250,000, and work expected to commence on May 1, 2025. For further inquiries, contact Stevonne Fuller at stevonne.fuller@usda.gov or call 509-293-4187.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.