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
    Septic Pumping and Disposal Services- Everglades N
    Buyer not available
    The National Park Service (NPS) is seeking quotations for septic pumping and disposal services at Everglades National Park through Request for Quotations (RFQ) 140P5425Q0013. The contract aims to streamline the removal of septic wastewater and sludge from 21 septic tanks and two Wastewater Treatment Plants (WWTP), transitioning from emergency services to pre-scheduled requests to enhance efficiency and compliance with environmental regulations. This initiative is crucial for maintaining park infrastructure and ensuring proper waste management practices. Interested vendors must submit their proposals by 5:00 PM EST on March 14, 2025, including the SF18 form, pricing, capability information, and a valid Unique Entity ID (UEI) number, with questions directed to Noelli Medina at NoelliMedina@nps.gov by March 10, 2025.
    J--Hidden Lake Septic System Kenai NWR Alaska
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified contractors for the replacement of the septic system at Hidden Lake Campground within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside, involves the complete demolition of the existing septic system and the construction of a new system that complies with Alaska Department of Environmental Conservation regulations. The initiative is crucial for maintaining the campground's infrastructure, ensuring environmental compliance, and enhancing visitor experiences in this popular recreational area. Proposals are due by March 7, 2025, at 3:00 PM Mountain Standard Time, with the project expected to commence on April 1, 2025, and conclude by June 14, 2025. Interested contractors can contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or by phone at 703-358-2313 for further details.
    MAINTAIN WASH RACK EQUIPMENT AT FORT CRONKHITE
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of wash rack equipment at Fort Cronkhite, located within the Golden Gate National Recreation Area in Marin County, California. The project involves the removal, replacement, and reinstallation of industrial water treatment equipment, including biosorb and filtration systems, as well as the replacement of damaged flooring with marine-grade materials and the application of protective coatings. This maintenance work is crucial for ensuring the operational integrity and safety of the facility, adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by 1:00 PM PDT on March 26, 2025, following a mandatory site visit on March 12, 2025. The estimated contract value ranges from $25,000 to $100,000, and inquiries can be directed to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    S--MIMA 2025 APRIL EVENTS PORTABLE TOILETS
    Buyer not available
    The Department of the Interior's National Park Service is seeking a contractor to provide portable toilet and hand wash station rental services for the 2025 Patriot’s Day events at Minute Man National Historical Park. The contract, which spans from April 17 to April 22, 2025, requires the delivery, maintenance, and pickup of 117 standard and 41 ADA-accessible portable toilets, along with 29 hand wash stations, across multiple designated locations within the park. This procurement is crucial for ensuring public health and safety during significant historical events, enhancing the visitor experience while adhering to compliance and safety standards. Interested contractors must submit their proposals by acknowledging the amendment updates and must contact Mari Tolleson at maritolleson@nps.gov or 857-283-4598 for further details.
    J--YOSE-SECONDARY CLARIFIER FRAMEWORK
    Buyer not available
    The Department of the Interior, National Park Service, is seeking contractors to provide field services for the replacement of the framework mechanism and appurtenances of the secondary clarifier at the El Portal Wastewater Treatment Plant in California. The project aims to address the degradation of the clarifier's framework, which is critical for processing up to 1 million gallons of wastewater daily, thereby preventing potential violations of California state permits. The scope of work includes removing old equipment, installing temporary supports, and fabricating new components, with a completion timeline of 120 days from the start of work. Interested bidders should note that a site visit is scheduled for February 27, 2025, and the bid submission deadline has been extended to March 10, 2025. For further inquiries, potential contractors can contact Brian Roppolo at brianroppolo@nps.gov or by phone at 206-220-4215.
    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.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.
    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.
    MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
    Buyer not available
    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 gabrielcastellanos@nps.gov or 303-969-2118 for further information.
    Y--Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, under the Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana. The project, funded under the Great American Outdoors Act, involves site preparation, demolition of existing facilities, installation of new concrete toilets, and construction of associated infrastructure, including sidewalks, with a budget estimated between $100,000 and $250,000. This initiative aims to enhance visitor facilities while ensuring compliance with safety and environmental regulations. Interested contractors must submit their offers by March 10, 2025, and can direct inquiries to Christine Mundt at cmundt@blm.gov or by phone at 406-896-5030.