Z--ACAD -REPLACE SCHOODIC WASTEWATER SYSTEM
ID: 140P4324R0019Type: Solicitation
AwardedSep 26, 2024
$2.8M$2,847,450
AwardeeHAROLD MACQUINN INC 146 MACQUINN RD Hancock ME 04640-3026 USA
Award #:140P4324C0017
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.
    Similar Opportunities
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Construct Repository Cover to Support the Callahan Mine Superfund Site in Brooksville, Maine.
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is preparing to solicit bids for the construction of a repository cover to support the Callahan Mine Superfund Site in Brooksville, Maine. This project involves the installation of a composite cap over approximately 13 acres to limit infiltration through mine waste from historical copper mining operations, with components including crushed stone, a drainage layer, a geomembrane, and geofabric. The contract is a 100% Small Business Set-Aside with an estimated value between $5 million and $10 million, and work is expected to take place during the peak months from Spring through Fall. Interested parties should note that the solicitation will be available online around mid-January 2026, and inquiries can be directed to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.