NEZ PERCE NHP VC RESTROOM REHAB.
ID: 140P8325R0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER NORTH MABO (53000)GATLINBURG, TN, 37738, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldine_larsen@nps.gov.

    Point(s) of Contact
    Larsen, Geraldine
    geraldine_larsen@nps.gov
    Files
    Title
    Posted
    The document provides detailed architectural and accessibility guidelines for restroom renovations at Nez Perce National Historical Park. It focuses on compliance with the International Code Council (ICC), specifically sections addressing clearances, fixture placements, and accessibility features, such as grab bars, signage, and door specifications. Key components include proper mounting heights for toilet accessories, clear floor spaces for maneuverability, and guidelines for restroom layout to ensure compliance with the Americans with Disabilities Act (ADA). The plans elaborate on materials and specifications for fixtures, finishes, lighting, and electrical systems needed for the revitalization project. Emphasis is placed on creating functional and accessible spaces that meet federal standards, reflecting the government's commitment to improving public facilities for all users.
    The Nez Perce National Historical Park (NEPE) project NEPE 194369A aims to replace restroom fixtures at the Visitor Center to meet accessibility standards. This initiative falls under a single prime contract, with responsibilities for construction outlined for the contractor. The project location is specified, detailing construction management protocols including site use, material storage, and public access restrictions. Key components include various construction specifications divided into divisions covering general requirements, plumbing, mechanicals, and the quality and safety control procedures essential for project execution. The contractor is tasked with adhering to specific work hours and permitted disruptions while maintaining project safety standards and providing necessary documentation, including an Accident Prevention Plan. Construction will initiate only after securing necessary permits as per federal regulations, emphasizing a collaborative approach between federal and local authorities. Comprehensive project management procedures facilitate effective communication and coordination among all parties involved. By implementing these measures, the project seeks to enhance visitor experience while ensuring compliance with federal regulations, demonstrating the government's commitment to accessibility and historical preservation.
    The purpose of the NEPE Restroom Rehabilitation project is to identify qualified contractors capable of reconstructing deteriorating sections of the Heritage Trail and Boardwalk. The market research questionnaire seeks detailed information from interested parties, including their ability to perform the work, past experience with similar contracts, and registration on SAM.GOV. It specifically requests information regarding the contractor’s classification under NAICS Code 237990 and their capacity to secure necessary bonding for the project. Additionally, companies are prompted to provide specifics about past projects, including contract numbers and contact details for verification. This document serves as a preliminary assessment tool to gauge interest and capabilities of potential bidders in anticipation of a federal contract for these construction activities.
    The Nez Perce National Historical Park is issuing a pre-solicitation notice for a project focused on replacing restroom fixtures and partitions at the Spalding Visitor Center to meet federal accessibility standards. The initiative involves significant repairs and upgrades to a 616-square-foot area, implementing energy-efficient fixtures and reconfiguring the restroom layout for full wheelchair accessibility, in line with the Architectural Barriers Act Accessibility Standards (ABAAS). Key improvements include modern low-flow toilets, efficient hand dryers, and new grab bars, alongside necessary structural modifications to enhance maneuverability. Scheduled to begin by November, the project has an estimated budget of $100,000 to $325,000 and will start accepting proposals around January 22, 2025. Contractors must be registered in the System for Award Management (SAM) and fit the small business criteria under NAICS code 238990. This project exemplifies the federal government's commitment to improving public facilities for accessibility and sustainability.
    The document appears to contain corrupted text and lacks coherent information related to government RFPs, federal grants, and state/local requests for proposals (RFPs). It is formatted in a way that hinders meaningful analysis or extraction of key points. In general, RFPs serve as solicitations for bids from contractors or organizations, detailing project requirements, objectives, and evaluation criteria. Federal grants involve disbursing funds to eligible applicants for specific purposes, often outlined in comprehensive guidelines and eligibility criteria. State and local RFPs similarly request proposals for various services or projects, aligning with regional priorities. Without clear content to summarize, it is essential for future documents to maintain standard formatting to ensure effective assessment and analysis. Proper documentation allows for comprehensive reviews on how government funds and resources are allocated and the transparency of processes in grant distribution and proposal evaluations. This ensures accountability and encourages competitive bidding, fostering better public service delivery.
    The document appears to be a compilation of various government-related discussions and proposals, potentially related to federal grants and RFPs (Requests for Proposals). The text includes fragmented sections discussing topics like funding allocations, project proposals, compliance requirements, and detailed regulatory considerations. It highlights themes such as safety regulations, project management, and the necessity for maintaining standards during executions of governmental projects. Specific references to project structures, financial distributions, and collaborative efforts indicate a focus on governmental efforts to manage resources effectively while meeting community needs. The document outlines the challenges faced in these processes, emphasizing the importance of transparency and accountability in administrative practices. Overall, the document aims to convey the procedural intricacies and demands of governmental project funding, enabling a clearer understanding of compliance, safety, and effective management within RFPs and grants.
    The document outlines several provisions relevant to federal procurement processes, specifically focusing on arms control compliance, telecommunications restrictions, and tax and criminal history representations. The first section, 52.209-13, requires Offerors to certify their non-involvement in activities that contravene arms control treaties and mandates reviews against annual reports by the Department of State. If an Offeror is involved in such activities, they must provide additional information. Then, section 52.204-24 addresses the prohibition of contracting for services or equipment using covered telecommunications, as mandated by the John S. McCain National Defense Authorization Act. Offerors must disclose any use of such equipment and their compliance with the law. Lastly, section 52.209-11 states that corporations with unpaid federal tax liabilities or felony convictions within the past 24 months are ineligible for contracts unless a government review determines otherwise. Overall, the document establishes critical compliance and disclosure requirements aimed at safeguarding national security and ensuring responsible contractor conduct within federal procurement. These measures are integral to preserving integrity in acquisitions made through federal grants and RFPs at various governmental levels.
    The document outlines the Past Performance Questionnaire (PPQ) for federal solicitation 140P8325R0001, designed for contractors and their references to assess previous project performance. The questionnaire is structured in sections that require the contractor to provide their information, contract details, and a brief work description. References are tasked with evaluating the contractor’s performance in key areas such as quality, schedule management, cost control, management oversight, small business subcontracting, and regulatory compliance. Each area includes specific criteria for rating performance from "Exceptional" to "Unsatisfactory," with space for supporting comments. The PPQ emphasizes that the information gathered will be used for source selection and is sensitive, curbing contractors from using it for promotional purposes. The document concludes with a return deadline and contact details for the contracting officer. This questionnaire plays a vital role in evaluating potential vendors for federal contracts, ensuring compliance and performance reliability, particularly in government RFPs and grant contexts. It aids the National Park Service in making informed selections for future procurement contracts.
    The document outlines the Price Schedule Sheet for a government contract regarding the replacement of restroom fixtures and partitions at the Visitor Center of Park Alpha (NEPE) to meet accessibility standards. The file lists various bid items related to the project, including general construction items such as foundations, plumbing systems, HVAC, electrical work, and demolition, along with associated costs for materials, labor, equipment, overhead, profit, and a specified fee for the Nez Perce Tribal Employment Rights Office (TERO). The total direct construction costs are to be calculated based on these bid items. This procurement document demonstrates the federal government's commitment to ensuring accessibility and compliance with standards while supporting local employment initiatives through the inclusion of TERO fees. The structured format aids in clear understanding of costs associated with each component of the construction work required to enhance the Park's facilities.
    The document outlines the Project Experience Questionnaire for Solicitation 140P8325R0001, focused on the NEPE Rehabilitation Restroom project. It requests detailed responses from offerors regarding their relevant experience in executing similar projects. The structure includes sections for company information, project references with performance periods, contractor details, and a series of questions aimed at assessing project execution capabilities. Offerors must describe specific work performed, project changes—both in price and schedule—resolution of encountered problems, and successful means and methods. Additionally, it necessitates submission of at least three applicable projects completed within the last five years. The questionnaire ensures evaluators can gauge an offeror's experience and suitability for the intended project by scrutinizing comprehensive past performance and problem-solving approaches.
    The document outlines a federal contract report, detailing various aspects of contract management in relation to similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). It includes sections for contract identification, type of service, and total contract values, with specific attention to amounts paid to both SSS and NSS over specified performance periods. The report presents the total amounts paid to various subcontractors and indicates limitations on subcontracting within the contractual framework. Key highlights include the total amount paid by the government to the prime contractor, along with reporting on subcontracting limitations, which generally stipulate a minimum percentage of service performed by the prime contractor. The document provides templates for recording detailed financial transactions across multiple task orders and identifies the necessity for precise calculations related to subcontracting expenses. Overall, the purpose of this report is to ensure transparency and compliance with federal regulations regarding subcontracting within awarded government contracts, facilitating oversight and accountability in federal grant and contract administration.
    The document outlines the requirements set by Federal Acquisition Regulation (FAR) 36.211(b) pertaining to construction contract administration. It mandates federal agencies to detail their policies and procedures related to the definitization of equitable adjustments for change orders. Furthermore, it calls for data on the duration needed to definitize these adjustments under construction contracts. Agencies are directed to refer to a specific link for more comprehensive information on this topic. The essence of the document emphasizes accountability and transparency in managing change orders in federal construction projects, ensuring that processes are clearly defined and timeframes are monitored. This initiative aligns with broader efforts to enhance efficiency and compliance in federal contracting practices.
    The document outlines a Request for Proposal (RFP) for the renovation of restroom fixtures and partitions at the Nez Perce National Historical Park. The project aims to upgrade facilities to meet accessibility standards, with a timeline for completion spanning from July 31 to December 31, 2025. It specifies that bids must be submitted by a deadline of March 5, 2025, and includes a mandatory site visit on February 19, 2025. Contractors are required to provide a complete proposal, including bonding arrangements, and compliance with specific regulations such as the prohibition of lead-based paint and insurance coverage. The scale of the project is estimated between $200,000 and $325,000, and it will be governed by a Firm-Fixed Price contract. Proposals will be evaluated based on strict responsiveness to terms, and late or incomplete offers will not be considered. The document emphasizes the importance of contractor performance assessment, accurate invoicing, and adherence to federal regulations throughout the project. Overall, this RFP reflects the government's commitment to enhancing public facilities while prioritizing safety, accessibility, and compliance with legal standards.
    Similar Opportunities
    Z--Craters of the Moon NP: Rehab Restroom
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of restroom facilities at the Visitor Center of Craters of the Moon National Monument & Preserve in Idaho. The project aims to enhance accessibility and functionality, ensuring compliance with federal standards, including the Americans with Disabilities Act (ADA). This initiative is crucial for improving visitor experiences at the park while adhering to safety and regulatory requirements. Proposals are due by March 17, 2025, with the contract period set from April 14, 2025, to February 16, 2026. Interested parties should direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov.
    Y--FODO253278 Rehab the Visitor Center Attachment
    Buyer not available
    The National Park Service (NPS) is seeking qualified businesses to participate in a Sources Sought Notice for the rehabilitation of the Fort Donelson Visitor Center located in Dover, TN. The project, valued between $1-5 million, aims to complete existing work and implement critical repairs, including the construction of a new two-story addition that will enhance accessibility and feature an interpretive center. This initiative underscores the NPS's commitment to preserving historic sites while improving visitor engagement through modern facilities. Interested parties must submit their qualifications, bonding capacity, and relevant project experience by 5 PM EST on March 3, 2025, with further details available from John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    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.
    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.
    Y--Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, part of the U.S. Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a double vault toilet at Pompeys Pillar National Monument in Montana. The project involves site preparation, demolition of existing facilities, installation of new concrete toilets, and construction of accompanying infrastructure, including sidewalks, with a focus on environmental compliance and minimizing disruption to visitors. This initiative, funded under the Great American Outdoors Act, aims to enhance visitor facilities while supporting small businesses, with an estimated budget between $100,000 and $250,000. Interested contractors must submit their offers by 3:00 PM Mountain Time on March 10, 2025, and can direct inquiries to Christine Mundt at cmundt@blm.gov or by phone at 406-896-5030.
    Y--BICY 229154
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida, designated under solicitation number 140P2024R0084. The project involves constructing a 5,142 square foot facility that includes administrative spaces and utilities, with an estimated contract value between $1 million and $5 million. This initiative is part of the government's efforts to enhance infrastructure and safety within national parks, ensuring compliance with federal standards and environmental regulations. Interested contractors, particularly women-owned small businesses, must submit their proposals by March 5, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    J--YOSE-SECONDARY CLARIFIER FRAMEWORK
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking contractors for the replacement of the secondary clarifier framework at the El Portal Wastewater Treatment Plant, which is critical for processing wastewater in Yosemite Valley. The project involves removing existing equipment, installing temporary supports, fabricating new framework components, and ensuring compliance with environmental regulations to prevent potential wastewater spills. This initiative is vital for maintaining public health and environmental standards at a national park site, with a project timeline of 120 days for completion. Interested bidders should contact Brian Roppolo at brianroppolo@nps.gov or call 206-220-4215, with the bid submission deadline extended to March 6, 2025, at 12:00 PM PST.
    Z--FRRI 253825 - Rehabilitate Civil Rights Structures
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking responses from interested businesses for a rehabilitation project at the Freedom Riders National Monument in Anniston, Alabama, focusing on the Greyhound Bus Depot and the Mural Building. The project aims to rehabilitate these historic structures to enhance visitor education regarding their significance to the Civil Rights Movement, involving tasks such as hazardous material abatement, structural repairs, and compliance with accessibility standards. With an estimated budget between $1 million and $5 million, the NPS emphasizes historic preservation and minimal disruption to park visitors during construction. Interested contractors must submit their qualifications, bonding capacity, and relevant experience by March 3, 2025, and can contact Carlos Garcia at carlosgarcia@nps.gov or 720-900-6595 for further information.
    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.
    Y--EVERGLADES MSD VISITOR CENTER EXHIBITS
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the design, fabrication, and installation of interpretive exhibits at the Marjory Stoneman Douglas Visitor Center in Everglades National Park, Florida. The project aims to create museum-quality exhibits that enhance visitor engagement with the Everglades ecosystem while adhering to accessibility and conservation standards. This initiative is crucial for revitalizing educational resources and improving public access to the park's cultural and ecological heritage. The production budget for this project is set between $220,000 and $230,000, with proposals due electronically by March 19, 2025. Interested bidders can contact Robert Adamson at robertadamson@nps.gov or call 301-502-0076 for further information.