Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
ID: 140P8424Q0112Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

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 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 phaedra_fuller@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.

    Point(s) of Contact
    Fuller, Phaedra
    (360) 565-3009
    (360) 565-3015
    Phaedra_Fuller@nps.gov
    Files
    Title
    Posted
    The solicitation no. 140P8424Q0112 from Lassen Volcanic National Park seeks contractors for exterior painting and fire retardant application on historic structures. A site visit took place on September 5, 2024, for prospective bidders to evaluate the project areas, including the visitor center and additional buildings requiring treatment. Key discussions addressed specifications for paint quality, color matching, processes required for wood surfaces, and site logistics. Attendees included representatives from various painting companies, with numerous questions answered by park officials regarding project requirements, including labor and material specifications, use of specific paint products, and adherence to prevailing wage laws. Important details such as staging areas, restroom access, and a warranty period of one year post-completion were clarified. The project insists on the use of “Flame Control Coatings #10” for historical roofs and mandates that any prior coatings on wood surfaces be stripped for effective adhesion. The solicitation includes a map of work sites and emphasizes on-site inspections and compliance with environmental standards. This initiative reflects the National Park Service’s commitment to maintaining and preserving landmark structures within the park while ensuring proper safety and legal standards are followed throughout the process.
    The document outlines the layout of the headquarters and employee housing area at Lassen Volcanic National Park in Mineral, California, as designated by the National Park Service under the U.S. Department of the Interior. It includes a detailed map indicating various buildings and facilities, such as residences, maintenance areas, dormitories, and communal spaces like a conference room and gym, all situated within a historic district. Additionally, the layout suggests important locations such as visitor resource protection, interpretation and education areas, and an auto shop. The document appears to be part of a systematic approach by the government to manage park resources and facilitate staff housing, potentially serving as a basis for federal RFPs related to maintenance, resource management, or facility upgrades within the park. The inclusion of references to recycling and waste management also underscores an initiative towards sustainability and environmental stewardship in federal operations. Overall, this document supports the administration and operational aspects of the park's management and resource allocation needs while aligning with federal guidelines for such facilities.
    Flame Stop II is a water-based fire retardant and wood preservative designed for both interior and exterior applications. It forms a molecular bond with wood materials, providing a Class A fire rating for untreated woods, such as Douglas fir, and enhances fire resistance for up to five years outdoors. Its user-friendly application methods include spraying, brushing, and rolling, making it suitable for various wood types like cedar shakes and structural lumber. The product is non-combustible, non-carcinogenic, and biodegradable, also offering resistance to mold, mildew, and insects. However, specific storage and application guidelines must be followed to ensure effectiveness, including maintaining moisture content between 5-15% before treatment and applying it within a particular temperature range. The document outlines applicable testing standards demonstrating its safety and efficiency in providing fire retardation. The purpose of the document is to inform potential users, possibly from government or regulatory bodies, about the capabilities and specifications of Flame Stop II, making it a valuable resource for related RFPs and grant proposals in fire safety and construction projects.
    The Lassen Volcanic National Park is soliciting quotes for the exterior painting of buildings and the application of fire retardant to shake shingle roofs, as outlined in Solicitation No. 140P8424Q0112. This Request for Quote (RFQ) includes an amendment with updated attachments, including necessary forms for quote submission. Contractors must provide a detailed technical information form, including their business information, project experience, and a technical approach narrative. The solicitation emphasizes compliance with federal regulations, including representations and certifications regarding business size and eligibility, subcontracting conditions, and adherence to federal integrity and compliance standards. Notably, contractors must verify whether they utilize covered telecommunications equipment, which is restricted under federal law. The RFQ aims to ensure that interested parties are fully informed of the requirements and expectations for submitting proposals, reinforcing the importance of compliance and accountability in securing federal contracts.
    The document outlines a price schedule related to a government Request for Proposal (RFP) for exterior painting and fire retardant treatment of buildings within Lassen Volcanic National Park, located in Tehama County, California. Offerors must provide pricing for two specified line items: surface preparation of multiple visitor center structures and application of fire retardant to 19 historic buildings with shake roofs. Quotes must conform to the provided solicitation documents, including detailed work descriptions found in an attachment. It emphasizes that quotes lacking these requirements will be deemed unacceptable, and any calculation errors favor the unit price. The project signifies the federal government's commitment to maintaining historic structures while ensuring safety standards are met.
    The document serves as a Bid Bond form, essential for guaranteeing performance in federal contracting, specifically when bids are submitted for government projects. It requires the Principal (the contractor) to secure coverage through one or more Sureties (guarantors) against the risk of not fulfilling the bid terms. Key components include the identification of the Principal and Sureties, the penal sum (amount guaranteed), and the conditions under which the bond is void. The bond remains valid if the Principal accepts the bid and signs the required contract documents within a specified timeframe. Furthermore, the document outlines responsibilities of both the Principal and Sureties, detailing that joint obligations allow the Government to pursue claims against any Surety if the Principal defaults. Instructions emphasize the necessity for authorized signatures, identification of sureties, and adherence to regulatory requirements, including using approved surety companies. Overall, this document is integral to the government procurement process, ensuring contractual obligations are met and providing a financial safety net for public projects.
    This report addresses the limitations on subcontracting for a construction contract designated by the specified contract number. It outlines the contractor's obligation under FAR Clause 52.236-1, which mandates that at least 25% of the total work must be performed by the prime contractor, although this percentage may be adjusted with the contracting officer's approval during the project. No payments have been made to either Similarly Situated Subcontractors (SSS) or Non-Similarly Situated Subcontractors (NSS) during the performance period. The document includes sections for detailing financial information and outlines the limitations on subcontracting calculations but currently lacks specific data. The primary purpose of this report is to ensure compliance with federal regulations regarding subcontracting practices in government contracts, particularly within the context of federal RFPs and grants, and to track the prime contractor's performance according to stipulated contracting terms. Overall, this document reinforces federal requirements for contractor engagement and performance accountability.
    This document outlines the solicitation no. 140P8424Q0112 from Lassen Volcanic National Park regarding the exterior painting of buildings and fire retardant application on historic roofs at the park headquarters area. It addresses several questions and answers (Q&A) provided in Amendment No. 2, clarifying requirements for contractors. Key points include the mandated use of "Flame Control Coatings #10" for cedar shake roofs, specifications for matching paint colors, and procedures for filling wood surface voids. The document reconciles inconsistencies about the required bid bond of 20% of the offered price and details submission protocols, confirming that a copy of the bid bond suffices. Additionally, it categorizes buildings receiving fire retardant treatment, confirming that specific structures remain on the list despite initial confusion. The essential objective is to ensure clarity for potential contractors regarding the scope of work, product specifications, and contract requirements in compliance with federal guidelines for national parks. This RFP process illustrates the park's commitment to maintaining historic structures while enhancing safety measures against fire hazards.
    The RFQ no. 140P8424Q0112 solicits bids for exterior painting and fire retardant application on roofs within Lassen Volcanic National Park. This project is designated as a 100% Small Business Set-Aside with an estimated construction cost between $100,000 and $250,000. The contract will be a firm-fixed-price arrangement, requiring various bonds and insurance, including a 20% bid bond and performance and payment bonds. A site visit is encouraged for prospective bidders on September 5, 2024, and quotes must be submitted via email by the specified deadline. The project, lasting from September 2024 through July 2025, may experience seasonal delays due to weather conditions, requiring flexibility in scheduling. Bidders must register in the System for Award Management (SAM) to be eligible for contract award. Lastly, continuous monitoring of the SAM.gov website is essential for updates regarding amendments and changes to the solicitation.
    The document outlines a request for proposals (RFP) for the exterior painting of buildings and application of fire retardant to roofs at Lassen Volcanic National Park. The project involves work at two locations: the Yah-mah-nee Visitor Center and historic structures near the park headquarters in Mineral, California. The contractor is expected to adhere to various specifications, including a requirement for Davis-Bacon wage rates and the development of a site-specific safety plan. The contract terms emphasize inspection and acceptance of work, the need for liability insurance, compliance with labor laws, and reporting requirements related to performance assessments. Additionally, the contractor must ensure that materials used comply with federal regulations, including the prohibition of lead-based paint. The project timeline spans from September 2024 to July 2025, allowing for potential seasonal shutdowns if adverse weather affects progress. This solicitation reflects the federal government's rigorous standards for contracting, emphasizing safety, compliance, and environmental considerations in managing public projects.
    The document outlines a Request for Proposal (RFP) related to federal grants and state/local funding opportunities. It emphasizes the importance of government collaboration with private entities to achieve community development objectives. Key topics include funding eligibility, application processes, and project requirements that must align with government standards. The document provides structural details aimed at promoting transparency and facilitating effective partnerships. The proposal encourages prospective applicants to present innovative solutions targeting public services, infrastructure enhancement, and environmental sustainability. Additionally, it highlights assessment criteria which include project feasibility, community impact, and budgetary considerations. This RFP reflects the government's commitment to fostering growth through strategic investments in various local initiatives, aiming to improve overall quality of life within communities. Overall, the RFP serves as a guiding document for interested parties to understand the expectations and opportunities available through federal and state funding, driving targeted social and economic progress at the local level.
    The project at Lassen Volcanic National Park involves preparing and painting the Southwest Kohm Yah-Mah-Nee Visitor Center, amphitheater, and two entrance stations, alongside applying fire retardant to 19 historic shake shingle roofs at park headquarters. The contract outlines comprehensive specifications covering work performance, safety regulations, quality control, and project management, ensuring compliance with EPA and OSHA standards. Surface preparation includes power washing, scraping, and the application of multiple paint coats with specific materials approved by the Contracting Officer Representative (COR). Additionally, a robust accident prevention program and weekly progress meetings are required. The contractor must ensure thorough communication, maintain safety for park visitors, and adhere to preservation guidelines, preserving the site’s natural and cultural features throughout. By engaging in these tasks from September 2024 to July 2025, the project demonstrates the National Park Service's dedication to maintaining historic structures while ensuring environmental safety and compliance with relevant regulations.
    The document outlines federal and state/local requests for proposals (RFPs) and grant opportunities aimed at enhancing services and funding across various sectors. It highlights governmental initiatives that address critical issues, offering financial support for public projects and community development. The document is structured to facilitate understanding of eligibility requirements, application processes, and timelines for prospective applicants. Key points include the focus on collaboration between government entities and local organizations, the importance of innovation in project proposals, and the necessity of aligning projects with federal priorities. Additionally, the document emphasizes transparency and accountability in the grant distribution process, ensuring that funds are utilized effectively. Overall, this file serves as a vital resource for organizations seeking government assistance, detailing how to navigate the landscape of federal and local funding opportunities while encouraging impactful community-driven projects.
    This document is an amendment (No. 1) to a previously issued Request for Quotes (RFQ) for painting and fire retardant application at Lassen Volcanic National Park. The amendment updates the solicitation to incorporate three new attachments, including site visit notes, a site map, and product information, all relevant to the project. This procurement involves work on the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, along with the application of fire retardant to historical structures within the park. The acknowledgment of this amendment by bidders is required to ensure their proposals are considered, with quotes due by September 18, 2024, at 3 PM PDT. The performance period of the awarded contract will extend from September 30, 2024, to July 31, 2025. The document emphasizes the importance of adhering to submission guidelines to avoid rejection of offers and reflects procedural details standard in federal procurement processes.
    This document is an amendment to the previously issued Request for Quotes (RFQ) by the National Park Service (NPS) for a contractor to perform exterior painting at Lassen Volcanic National Park. The work includes painting the Yah-Mah-Nee Visitor Center, Entrance Station Fee Booths, and the adjacent Amphitheater, as well as applying fire retardant to historic structures in the park. The amendment addresses issues with the Quote Submission Package and includes a final round of Q&A, with additional information now provided in new attachments. The response date for submissions has been extended to September 20, 2024, at 3 PM PST, and electronic quotes must include a bid bond. The period of performance for the contract is set from September 30, 2024, to July 31, 2025. This amendment aims to provide clarity and ensure compliance with solicitation requirements while offering contractors additional time to prepare their quotes effectively.
    The government solicitation is a Request for Proposals (RFP) issued by the National Park Service (NPS) for painting and fire retardant application at Lassen Volcanic National Park. The project includes painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an Amphitheater, along with applying fire retardant to shake shingles over approximately 34,000 square feet and 19 historic structures. This project is designated as a 100% Small Business set-aside, with a North American Industry Classification System (NAICS) code of 238320. The anticipated contract value ranges from $100,000 to $250,000, with a performance period extending until July 31, 2025. Contractors must fulfill proposal requirements outlined in the solicitation documents, including a bonding requirement. Sealed offers are due by September 18, 2024, and must adhere to specified guidelines to ensure government acceptance. The solicitation serves as an official invitation for qualified contractors to submit competitive bids for the specified maintenance work, showing the government's initiative to employ small businesses while maintaining historical structures in compliance with federal regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    Transformer and Switchboards for Yosemite NP
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is seeking quotes from small businesses for the supply of one 3-phase transformer and two switchboards for Yosemite National Park in California. The procurement includes a pad-mounted, liquid-immersed transformer with specific voltage and kVA ratings, and delivery is required by October 1, 2025, to the NPS Warehouse in El Portal, CA. This opportunity is crucial for enhancing the park's electrical infrastructure, ensuring compliance with industry standards, and supporting the operational needs of the facility. Interested vendors must submit their quotes via email by 1:00 PM Pacific Time on October 17, 2024, and should direct any questions to Lisa Henson at LisaHenson@nps.gov by October 3, 2024.
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.