GWMP 335115
ID: 140P2025R0041Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the GWMP 335115 Bridge Preservation project, which encompasses comprehensive maintenance work on bridges along the George Washington Memorial Parkway across Maryland, the District of Columbia, and Virginia. The project aims to repair concrete, seal cracks, restore stone masonry, and enhance drainage systems, with a strong emphasis on minimizing public disruption and adhering to environmental preservation standards. This initiative reflects a significant federal investment in infrastructure maintenance, ensuring the safety and longevity of vital transportation structures within park services. Interested small businesses are encouraged to submit their proposals within ten calendar days of the solicitation issuance, with an estimated contract value exceeding $10 million. For further inquiries, contact Zaira Lupidi at zaira_lupidi@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is issuing a pre-solicitation notice for proposals from small businesses for the George Washington Memorial Park Bridge and Pavement Preservation project. This $10 million-plus contract involves comprehensive preservation and maintenance activities for roads and bridges within the park. The scope includes bridge preservation, preventive maintenance, repairs, and roadway preservation activities, such as asphalt pavement repair and installation of pavement markings. Proposals are available online at www.sam.gov, and all interested vendors must be registered in the System for Award Management (SAM) and possess a DUNS number. While this is currently an unfunded requirement, there is an expectation of funds becoming available. The estimated time frame for work completion is 416 days after the notice to proceed, with the solicitation anticipated around December 27, 2024. The procurement emphasizes opportunities for small, veteran-owned, disadvantaged, and women-owned businesses. A pre-proposal meeting may be announced, and offerors are encouraged to collaborate with local Small Business Administration Offices for potential subcontracting opportunities.
    The document primarily encompasses professional certifications and licenses held by engineers, particularly Bardia Emami and Jason Ferner, who are registered as professional engineers in Maryland and Virginia. Throughout the file, there are repeated affirmations of their qualifications, indicating that they are authorized to prepare engineering documents as per state laws. Specific licenses are detailed, including their license numbers and expiration dates, signifying compliance with local regulations. The file highlights and reiterates the importance of professional certifications for engineers in carrying out work related to state and local Request for Proposals (RFPs) and grants. It emphasizes the legal obligation of engineers to operate within their licensing framework, ensuring that all engineering practices are performed under the supervision of accredited professionals. This serves as an important reminder of the regulatory environment for engineering services offered to governmental entities, thus improving accountability and ensuring safety in engineering projects.
    The George Washington Memorial Parkway (GWMP) project entails comprehensive bridge preservation and pavement maintenance work across Maryland, the District of Columbia, and Virginia. Scheduled for a 100% submission in October 2024, the project focuses on repairing concrete, sealing cracks, restoring stone masonry, and enhancing drainage systems. The contract comprises multiple work phases coordinated with the National Park Service (NPS), involving lane closures and minimizing public inconvenience. Specific controls for environmental preservation are mandated, ensuring minimal impact on wildlife and preventing damage to natural features. Key responsibilities include contractor management for public access, adherence to work hour restrictions, and substantial compliance to regulations for historic and cultural resources. Several contract line items detail tasks associated with various bridges, underscoring the systematic organization of the project. These measures highlight the government's commitment to bridge safety and the effective management of the construction process while minimizing disruption to the public and protecting the sensitive parkland environment adjacent to the work sites. Overall, the GWMP project reflects a significant federal investment in infrastructure maintenance and preservation.
    The National Park Service (NPS) has issued a Contract Price Schedule for the GWMP Bridge and Pavement Preservation project, associated with multiple bridges and structures within the George Washington Memorial Parkway. Offerors must submit bids that include base and optional line item pricing, with an emphasis on accuracy and compliance with the solicitation documents. Each contract line item (CLI) pertains to specific bridge projects or related repairs, categorized by Lump Sum (LS) or unit prices. The schedule includes provisions for correcting calculation errors and rounding totals to whole dollars. Additionally, optional line items are outlined for potential future work, focusing on bridges and parking lot surface repairs. The document underscores the importance of thorough and precise bidding as part of the federal contracting process, designed to ensure the preservation and maintenance of transportation structures within park services.
    The document outlines the corrective action plan and participation report for a federal contract requiring compliance with subcontracting limitations for small businesses. It specifies that under the contract, which falls under small business and socio-economic set-asides, a maximum of 85% of the services can be subcontracted to non-similarly situated subcontractors (NSS). However, as of the current invoice, no amounts have been invoiced by the prime contractor or paid to either similarly situated subcontractors (SSS) or NSS. Consequently, percentage calculations for participation are not applicable. The report emphasizes that the prime contractor must adhere to set subcontracting percentages as defined by relevant clauses, failing which a written corrective action plan must be provided. The document serves to ensure compliance with federal regulations regarding subcontracting practices, particularly for service contracts valued at or above $150,000, emphasizing the importance of maintaining the integrity of small business participation in government contracts. The report's structure provides a clear breakdown of invoicing amounts and requirements for corrective action if compliance is not met.
    The Past Performance Questionnaire, part of solicitation GWMP 335115, is designed for evaluating contractors in government projects. Offerors complete Sections A and B, providing company and contract information, which is reviewed by references who fill out Sections C and D. The questionnaire emphasizes confidentiality, stating that responses will not imply government endorsement of any contractor or its services. Section D outlines how references assess the contractor's performance across various criteria, including Quality, Schedule, Cost Control, and Management, rating each area on a scale from Exceptional to Unsatisfactory. Comments supporting the ratings are encouraged, particularly for significant ratings. In Section E, contact information for the contracting officer is provided to return the completed questionnaire. Overall, this document serves as a structured tool for the National Park Service to solicit evaluations of a contractor's past performance, thus aiding in informed award decisions for federal projects. It underscores the importance of accountability and transparency in government contracting processes.
    The document is a Solicitation for Proposal (RFP) from the National Park Service, intended for a construction project involving bridge preservation along the George Washington Memorial Parkway across Maryland, the District of Columbia, and Virginia. The government has set aside this project for small businesses, with the estimated price range exceeding $10 million. Interested contractors are informed that the contract will be awarded once funding becomes available, and there is a high expectation of funding availability. The RFP details the necessary performance and payment bonds, the process for proposal submission, and specifies the requirement for a pre-proposal site visit. Contractors must adhere to outlined work specifications and clauses incorporated into the contract. Offers must be received within ten calendar days from the issuance date, and late submissions will be rejected. This solicitation underscores the government's initiative to engage small businesses while ensuring compliance with federal procurement regulations and promoting safety and quality in construction projects.
    Lifecycle
    Title
    Type
    GWMP 335115
    Currently viewing
    Solicitation
    Similar Opportunities
    Y--YELL 338221 - Bridge Preservation - 5 Bridges
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a bridge preservation project involving five bridges in Yellowstone National Park. The project encompasses various restoration tasks, including spall repair, crack sealing, hydrodemolition, and structural steel painting, with an estimated construction cost ranging from $1 to $5 million. This initiative is crucial for maintaining the integrity of park infrastructure while ensuring the protection of sensitive resources during construction. Interested businesses must submit their qualifications, bonding capacity statements, and relevant experience by February 6, 2025, to Shellie Murphy at shelliemurphy@nps.gov or by phone at 720-610-2690.
    Rock Creek Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the Rock Creek Park Project (Solicitation Number 693C73-25-B-000006) in Washington, D.C. The project involves significant roadway repairs, including full-depth reconstruction, curb and gutter replacements, street light repairs, and drainage improvements, with an estimated total cost between $5 million and $10 million. This initiative underscores the government's commitment to engaging small businesses in public infrastructure projects while adhering to federal regulations and safety protocols. Bid documents are anticipated to be available around February 3, 2025, and interested parties must register on the SAM website for notifications and to complete necessary certifications. For further inquiries, contact Emily McCleary or C. Shawn Long at eflhd.contracts@dot.gov.
    Project VA NP BLRI 1G27 - Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the rehabilitation of the James River Bridge Structure No. 5140-016P along the Blue Ridge Parkway in Virginia. The project aims to enhance the bridge's safety and longevity by addressing critical maintenance tasks, including the replacement of bridge bearings, crack repairs, and the installation of a waterproof membrane, with an estimated total cost between $8 million and $12 million. This initiative is vital for maintaining infrastructure integrity and ensuring compliance with federal safety and environmental standards. Interested small business contractors must submit electronic bids by February 25, 2025, at 2:00 p.m. EST, and can direct inquiries to David Bogner or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Z--CONSTRUCTION, SERVICE, CROSSWALK LINE STRIPING, NATIONAL MALL AND MEMORIAL PARKS
    Buyer not available
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price contract focused on crosswalk line striping at the National Mall and Memorial Parks. The project aims to enhance pedestrian, motorist, and cyclist visibility by applying approved thermoplastic materials to designated crosswalks. This procurement is significant for maintaining safety and accessibility in one of the nation's most visited public spaces. The RFP is expected to be released around February 18, 2025, with a submission window of 30 days, and the estimated project cost ranges from $25,000 to $100,000. Interested contractors must have an active vendor record in SAM.gov and are encouraged to contact Christian Sanabria at ChristianSanabria@nps.gov or 470-819-0953 for further information.
    John Ward Creek Bridge Replacement, KEMO
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the John Ward Creek Bridge Replacement project at Kennesaw Mountain National Battlefield Park in Marietta, Georgia. The project aims to replace an unsafe footbridge with a new pedestrian/equestrian bridge, stabilize the creek bed, and restore nearby trails, with a firm fixed price contract type set aside for Indian Small Business Economic Enterprises. This initiative is crucial for enhancing public safety and improving infrastructure within the park, ensuring compliance with federal regulations, including the Davis-Bacon Act for prevailing wages. Proposals are due by March 10, 2025, and interested contractors can contact Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743 for further details.
    HAMP 326087 -
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the preservation of historic structures at the Hampton National Historic Site under project number HAMP 326087. The project aims to ensure the maintenance and restoration of significant historical properties, with an estimated contract value ranging between $5,000,000 and $10,000,000. This initiative is crucial for preserving cultural heritage and enhancing visitor experiences at the site. Interested contractors should note that proposals must be submitted in sealed formats, adhering to specific guidelines outlined in the solicitation document, and can contact Linda Melnick at lindamelnick@nps.gov for further information.
    Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking interested businesses for a project to repair the earthen roof structure of Fort Tompkins located at Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to address ongoing water infiltration issues affecting the roof and masonry, with an estimated construction budget ranging from $1 million to $5 million. This project is crucial for preserving the structural integrity and historical significance of the site. Interested firms, both large and small, are encouraged to submit their company details, business classification, and capability statements by February 27, 2025, to assist in the market research process. For further inquiries, contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    Sources Sought Notice No. 140P2025R0049
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), has issued a Sources Sought Notice (SSN) for contractors to participate in the preservation of the Federal Hall structure and its exterior envelope located in New York, NY. This project aims to address significant deterioration in the 180-year-old building through extensive masonry repairs, façade cleaning, and restoration of historical features to ensure safety and preserve the landmark's integrity. The anticipated contract value exceeds $10 million, with a projected period of performance of 18 months, and a Request for Proposals (RFP) is expected by mid-2025. Interested contractors must submit their qualifications, including company details and relevant experience, by February 24, 2025, to the primary contact, Marc Nguyen, at marcnguyen@nps.gov or by phone at 720-448-1166.
    Z-- HAMP 326087: Preserve Historic Structures
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a competitive 8(a) Request for Proposal (RFP) for the construction and rehabilitation of historic structures at the Hampton National Historic Site in Towson, Maryland. The project aims to preserve the historical integrity of various buildings, including historic enslaved quarters, overseer’s house, and mule barn, while improving accessibility and modernizing building systems. This initiative is significant for maintaining the cultural heritage of the site and is expected to have a contract duration of 18 months with a performance magnitude exceeding $10 million. Interested parties must register in the System for Award Management (SAM) to participate, and they are encouraged to engage as subcontractors, particularly small and disadvantaged businesses. For further inquiries, interested vendors can contact Linda Melnick at lindamelnick@nps.gov.