RORI VISITOR CENTER CARPET
ID: 140P8524Q0108Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Flooring Contractors (238330)

PSC

MAINTENANCE OF SCHOOLS (Z1CA)

Set Aside

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

    The Department of the Interior, National Park Service, is soliciting quotes for the replacement of carpet and padding at the Rosie the Riveter World War II Home Front Visitor Center in Richmond, California. The project involves the removal and replacement of approximately 2,105 square feet of carpet in various areas, including a theatre, audio/visual room, classroom, and library/work room, with specific requirements for materials and installation methods. This procurement is set aside for small businesses, with an estimated project value between $25,000 and $100,000, and proposals must be submitted via email by September 9, 2024, at 12:00 PM PST. Interested contractors can direct inquiries to Brian Roppolo at brian_roppolo@nps.gov or Eric Jordan at eric_jordan@nps.gov before the deadline for questions on September 4, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The RORI Carpet Replacement RFIs document addresses issues identified during a walk-through for a carpet replacement project. The main point of concern is the discrepancy in room measurements, specifically regarding an unlisted locked room measuring 16' x 12' that was not included in the original floor plan. Contractors seek clarification on this additional area. Furthermore, the document emphasizes the need for approval of carpet styles and colors to avoid installation discrepancies, indicating that the Contracting Officer Representative (COR) will facilitate this approval. It is also noted that the current carpet installation method is "glue down," which the contractors recommend continuing to enhance durability, except for the newly discovered room that will require tack strips and padding. The responses and details provided suggest a collaborative approach to ensure quality and compliance with the project specifications, underlining the importance of thorough communication in government contracting processes.
    The RORI Carpet Replacement project involves requests for information (RFIs) related to its execution. The main queries include the flexibility of the labor schedule, specifically whether work can extend beyond the designated Mondays and Tuesdays to ensure project completion within 14 days; the response confirms that contractors can work Monday through Friday, accommodating potential site operations on weekends. Additionally, the RFIs seek clarification on the replacement of padding and tack strips, with confirmation that only the main floor room will require this due to the details outlined in amendment 0002. This document illustrates the project's logistical considerations, adherence to timelines, and the need for precise communication between contractors and the overseeing authority, ensuring proper implementation of the flooring replacement.
    The Rosie the Riveter World War II Home Front National Historic Park in Richmond, CA, is issuing a flooring contract for the removal and replacement of 2,105 square feet of carpet. The project includes areas such as a theatre, audio/visual room, classroom, and library/work room, with specific square footage allocated for each space. The contractor will handle the removal of existing flooring, including carpet padding and track strips, as well as the disposal of debris, and must reinstall furnishings like pews and chairs, using onsite storage. New flooring must be nylon carpet with a face weight of at least 36 oz, matching existing styles. Additionally, any panel damages incurred during the process should be repaired and repainted. The project timeline is set to a maximum of 14 calendar days, primarily scheduled for Mondays and Tuesdays when the visitor center is closed. The National Park Service will oversee the contract, conducting inspections and ensuring compliance. This effort reflects the government's commitment to preserving historical sites and improving visitor experiences through necessary facility upgrades.
    The Rosie the Riveter World War II Home Front National Historic Park seeks a contractor for the removal and replacement of 2,105 square feet of carpet at the Visitor Center in Richmond, CA. This project involves replacing carpeting in various areas, including the Theatre, Audio/Visual Room, Classroom Area, and Library/Work Room. The contractor will handle the removal of existing materials, provide new commercial-grade polyester carpet, and manage the removal, storage, and reinstallation of furnishings. All debris must be disposed of responsibly, and any damage to paneling during installation must be repaired and repainted. The work is confined to a 14-day period, preferably during non-operational hours on Mondays and Tuesdays, and the National Park Service will oversee inspections and final acceptance. This task order exemplifies federal efforts to maintain historic sites while ensuring visitor safety and satisfaction.
    The document appears to be a collection of notes or communication related to a campaign encouraging food conservation and healthy eating, particularly during wartime. The main focus is on promoting the consumption of fish, poultry, fruits, and boiled or broiled foods while advising the public to reduce intake of wheat, meat, fats, and other less beneficial items. It emphasizes the role of women in supporting war efforts, suggesting that they work in factories or other roles contributing to national defense. Key messages include references to “protective masks,” possibly hinting at health measures during a crisis, and reminding citizens of available employment services. The document hints at a broader context of wartime resource management and public health campaigns aimed at engaging citizens—especially women—in support activities. Overall, the document showcases an initiative tied to national efforts during a crisis, highlighting both dietary recommendations and a push for workforce participation, likely in a government-backed RFP or grant context aimed at bolstering domestic support during wartime.
    The document outlines specifications for a government Request for Proposal (RFP) concerning materials and installation for a facility renovation. It details dimensions, including widths and lengths, relevant to flooring materials such as tack strips and padding. The file specifies numeric codes and material quantities required for regulatory compliance, emphasizing precise measurements to ensure proper fit and function. The RFP appears to involve a bidding process, where contractors must adhere to detailed guidelines on material types, pricing, and installation methods. Given the nature of government contracts, the document reflects the necessity for adherence to safety and quality standards throughout the project. Overall, the document serves as an essential guide for prospective bidders, ensuring all proposals align with government specifications and requirements for maintaining high operational standards within the renovation project.
    The document outlines an amendment (No. 0001) to a federal government solicitation identified as 140P8524Q0108, which pertains to a project at the Rosie the Riveter Visitor Center in Richmond, CA. The key purpose of this amendment is to incorporate updated specifications and respond to Requests for Information (RFIs) from potential contractors. Significant changes include the requirement for replacing flooring with a nylon carpet of at least 36 oz face weight, and a revised Statement of Work dated August 20, 2024. The closing date for offers remains unchanged, set for September 9, 2024, at 12:00 PM. The document emphasizes the importance of acknowledging the amendment receipt to avoid offer rejection and provides specific instructions for submitting acknowledgements. The structure consists of contractual details, amendment information, and a description of modifications necessary for executing the proposed project. Overall, this amendment ensures that contractors have the most current requirements and details to submit competitive offers in compliance with federal contracting regulations.
    The document serves as Amendment 0002 to solicitation number 140P8524Q0108, concerning a project to replace carpet and padding in the theatre room at the Rosie the Riveter Visitor Center in Richmond, CA. It mandates that contractors acknowledge receipt of this amendment via specified methods before the submission deadline to avoid rejection of offers. Key modifications include the addition of two attachments: one addressing additional Requests for Information (RFIs) and the other containing new photos of a previously unreported room within the site. The solicitation's closing date for offers remains set for September 9, 2024, at 12:00 PM. This amendment emphasizes transparency by ensuring that all potential bidders have access to updated information and visuals relevant to their proposals, thereby facilitating an informed bidding process and fostering competition in accordance with federal procurement regulations.
    The document outlines Amendment 0003 to solicitation number 140P8524Q0108 regarding the carpet and padding replacement project at the Rosie the Riveter Visitor Center in Richmond, California. The amendment includes instructions for acknowledging receipt, which must be completed to avoid rejection of offers, and clarifies that changes to submitted offers may be made via letter or electronic communication prior to the specified deadline. Importantly, it introduces additional responses to Requests for Information (RFIs) related to the project, and specifies that an attachment detailing these RFIs has been included. The closing date for solicitation submissions is confirmed to remain on September 9, 2024, at 12:00 PM. This amendment is part of the federal procurement process aimed at ensuring compliance and responding to contractor inquiries to facilitate a transparent bidding process. The document serves as a formal update to all potential bidders, ensuring they have the necessary information to proceed with their submissions effectively.
    The National Park Service (NPS) is soliciting quotations for the replacement of carpet and padding at the Rosie the Riveter World War II Home Front Visitor Center in Richmond, California. This Request for Quotation (RFQ) is exclusively for Small Business concerns under NAICS code 238330, with a size standard of $19 million, and the estimated project value ranges from $25,000 to $100,000. Proposals must be submitted via email by September 9, 2024, at 12:00 PM PST. The contracting process follows simplified acquisition procedures, focusing on price, technical capability, and past performance to determine the best value. The contract requires construction work to be performed during regular hours, with a notice to proceed to be issued upon receipt of acceptable bonding. Respondents must comply with detailed submission guidelines, including a price schedule, project experience, and responses to specific questions regarding judgments and lawsuits. The government reserves the right to cancel the solicitation. This project highlights NPS's dedication to maintaining its facilities with a focus on utilizing small businesses for government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    163rd Carpet and Paint building 2272
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction project to replace carpet and paint interiors in Building 2272 at March Air Reserve Base, California, in support of the 163rd Attack Wing of the California Air National Guard. The project entails replacing approximately 4,000 square feet of carpet tile, installing 800 linear feet of rubber base, and painting 14,500 square feet of interior walls, with a completion timeline of 60 days from the Notice to Proceed. This initiative is crucial for maintaining operational readiness and facility standards within the Air National Guard. Interested small businesses must submit their proposals by September 19, 2024, and can contact David Moreno at david.moreno.34@us.af.mil or Aaron Lay at aaron.lay.2@us.af.mil for further information. The estimated project cost ranges from $25,000 to $100,000, and funding is expected to be available by September 30, 2024.
    Replace Carpet Bldg 10122 Rm 103 - 105 Vandenberg SFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking qualified contractors to provide carpet installation services for rooms 103, 104, and 105 in Building 10122 at Vandenberg Space Force Base, California. This procurement is part of the AF Carpet II Program, requiring compliance with specific federal regulations and a focus on sustainability and minimal disruption to building occupants during the installation process. The contract is a 100% Small Business Set-Aside, with quotations due by September 23, 2024, and anticipated award by September 27, 2024. Interested vendors should contact Paul Baraldi at paul.baraldi@spaceforce.mil or SrA Johnny G. Barreto at johnny.barreto@spaceforce.mil for further details.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterior painting and fire retardant application at Lassen Volcanic National Park. The project involves painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to shake shingles on 19 historic structures within the park. This initiative is crucial for preserving the park's historic buildings while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes electronically by 3 PM PST on September 20, 2024, and can contact Phaedra Fuller at phaedrafuller@nps.gov for further details. The estimated contract value ranges from $100,000 to $250,000, with the performance period extending from September 30, 2024, to July 31, 2025.
    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.
    Carpet and Flooring Replacement - Ellsworth AFB (Re-Solicitation)
    Active
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base, is soliciting quotes for the replacement of carpet and flooring at the 89th Attack Squadron, specifically in Building 1008. The project entails the demolition of existing flooring and installation of new industrial-grade carpet and dark gray vinyl tile, with a performance timeline of 60 calendar days from the award date. This procurement is crucial for maintaining operational efficiency and safety standards within government facilities. Interested small business contractors must submit their quotes by September 23, 2024, and direct any inquiries to Jayna Clements at jayna.clements@us.af.mil, with the total contract value estimated at $19 million.
    Replacing Carpet Flooring
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Rome, Italy, is preparing to issue a Request for Quotation (RFQ) for the replacement of approximately 80 square meters of carpet flooring in an office space within the embassy compound. This project requires qualified technicians to carefully remove the existing carpet and install new flooring, with oversight from a certified Cultural Heritage Restorer to ensure compliance with preservation standards. Interested companies must express their interest by August 31, 2024, and provide necessary documentation, including a valid Italian Company Registration Report, to receive the solicitation package. For further inquiries, potential bidders can contact Crystal D. Sheridan at SheridanCD@state.gov or Ms. Tiziana Carfora at CarforaT@state.gov.
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.
    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.
    Amendment 00001 - AU HQ Carpet - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking quotes for carpet renovation services in Building 800. The procurement involves the complete replacement of carpet, including the provision of necessary materials, labor, and supervision, in compliance with federal and state regulations. This project is part of the government's ongoing commitment to maintaining military infrastructure and is set aside exclusively for small businesses, with a contract award anticipated based on the lowest-priced, technically acceptable quote. Interested contractors must attend a site visit on September 13, 2024, and submit their written quotes by September 20, 2024. For further inquiries, potential bidders can contact SrA Chase Flowers at chase.flowers@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    72--Carpeting for OAP/PMD offices at William Jefferson Clinton Federal South buildi
    Active
    Environmental Protection Agency
    The U.S. Environmental Protection Agency (EPA) is seeking a contractor for the acquisition and installation of carpeting in the William Jefferson Clinton Building South, specifically in rooms 5142, 5148, and 5149. The project involves the removal of existing carpet tiles and the installation of new carpet tiles without the need to move office furniture, ensuring minimal disruption during normal operating hours. This procurement is crucial for maintaining a functional and aesthetically pleasing office environment, with specific requirements for the carpet tiles including sustainability certifications and a minimum yarn weight. Interested vendors should submit their capability statements or proposals by September 23, 2024, with the estimated award date set for October 15, 2023. For further inquiries, Amber Hawkins can be contacted at Hawkins.Amber@epa.gov or by phone at 513-487-2126.