Z--ORPI 240841 Replace Primary Water System for Maint
ID: 140P2024R0150Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the primary water system at the Organ Pipe Cactus National Monument in Ajo, Arizona. The project involves significant upgrades to the existing water distribution systems, which currently utilize outdated asbestos-cement piping, including the installation of a 100,000-gallon potable water tank and associated infrastructure improvements. This initiative is critical for ensuring a reliable water supply for maintenance and residential areas within the park, enhancing both operational efficiency and visitor experience. Interested small businesses must submit their proposals by the specified deadlines, with a project value exceeding $10 million and a completion timeline of 390 calendar days post-award. For further inquiries, potential bidders can contact Joy Ewalt at Joy_Ewalt@nps.gov or call 720-400-3897.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS), in conjunction with the Department of the Interior (DOI) and the Denver Service Center (DSC), is preparing to issue a solicitation for small businesses to replace the primary water system at the Organ Pipe Cactus National Monument in Arizona. With an estimated price range of $10 million or more, the project entails replacing approximately 5,500 linear feet of aging asbestos-cement (AC) water pipes that have been prone to leakage due to failing rubber gasketed joints. Additionally, the two water storage tanks have exceeded their lifespan and require replacement due to deterioration from the mineral content of the water. The contract will likely be awarded on a firm-fixed-price basis, with an estimated period of performance of 390 calendar days. While the proposal receipt date is yet to be determined, the solicitation documents are expected to be issued on or after August 16, 2024. This pre-solicitation notice encourages all responsible small businesses, including those owned by veterans, small disadvantaged groups, and women, to consider submitting proposals and to explore subcontracting opportunities.
    The document outlines the Permit Plan for the project titled "Rehabilitate Primary Park Water Systems” under the Denver Service Center (DSC). It details the permitting process required for the construction of drinking water facilities, managed by the Arizona Department of Environmental Quality (ADEQ). Key permits included are the Approval to Construct Drinking Water Facilities and the Approval of Construction (AOC) Certificate, both mandating various components and fees. Additionally, a Construction General Permit (CGP) is required for stormwater discharges related to construction activities. The document provides essential metadata about the project, including lead contacts and permitting timelines. It emphasizes that all permits must be acquired before commencing construction, highlighting specific costs and necessary documentation, such as applications and engineering certifications. The process involves multiple steps, including agency review and public consultation. Overall, this Permit Plan serves as a guideline for navigating the necessary regulatory requirements to ensure compliance with local and federal standards, critical for facilitating safe and sustainable construction practices.
    The project at Organ Pipe Cactus National Monument in Ajo, Arizona focuses on rehabilitating the primary park water systems, as detailed in PMIS Number 240821. The work includes installing extensive PVC and HDPE piping, replacing water storage tanks, and renovating the water distribution system, which must be executed under a single prime contract. The contractor is required to adhere to strict operational guidelines, ensuring minimal disruption to park visitors and preserving natural surroundings throughout the construction process. Key elements include coordinating utility management, performing selective demolition, and integrating electrical systems necessary for water management. The project mandates maintaining existing utility services during construction, following environmental regulations, and providing adequate safety measures. A detailed construction schedule and submittals for various components are essential to track progress and ensure compliance. The overarching goal is to enhance the water supply infrastructure while safeguarding the ecological integrity of the monument, demonstrating a commitment to sustainable practices in public land management.
    The document outlines the guidelines and procedures for the selective demolition and rehabilitation of various construction elements, particularly for water storage tanks under federal programs. It details the scope of work, which includes the removal, reinstallation, and disposal of site elements while ensuring minimal disruption to surrounding occupied structures. Definitions clarify various demolition-related terms like "remove," "dispose," and "abandon," crucial for project comprehension. Key considerations include the management of hazardous materials, maintenance of utility services during demolition, and adherence to environmental regulations, particularly regarding asbestos handling. The document emphasizes quality assurance, requiring contractors to provide qualifications, product data, and safety plans to ensure compliance with regulations. It also highlights the necessity for preinstallation meetings, field inspections, and the maintenance of adequate environmental conditions during the project. This comprehensive guide situates itself in the context of federal RFPs and grants, ensuring that contractors understand both the practical and regulatory requirements for successful demolition and construction operations. The purpose is to establish a clear framework for executing the project safely, efficiently, and in compliance with applicable laws and standards.
    The document outlines a detailed civil engineering plan for water system replacements at the Organ Pipe Cactus National Monument, managed by AJC Architects. The project encompasses the replacement and upgrading of key water infrastructure, including a 100,000-gallon tank, various distribution lines, and associated systems to reduce service disruption to the area’s residences and visitor facilities. Scheduled in multiple phases, construction will aim to keep portions of the existing system operational while new installations occur, particularly ensuring water supply during the tank replacement. Specific tasks include deactivating existing wells, constructing new supply lines, and implementing a sequence of service connections to minimize public impact. The document contains technical specifications and alignments of proposed water lines and features diagrams to illustrate site layouts. It emphasizes coordinating construction to ensure compliance with state regulations. This initiative reflects the government’s commitment to maintaining and enhancing essential services within national park facilities, ensuring both efficiency and public safety.
    The document outlines the proposed construction specifications for water line installations at the Organ Pipe Cactus National Monument, involving detailed guidelines on component specifications, installations, and electrical systems coordination. Key points include the requirement for pressure-treated pipes, tracer wire installation on all piping, and specific fittings for proper connections. The project mandates adherence to national regulations and standards for water distribution systems, emphasizing safety protocols such as insulation and proper testing post-installation for backflow prevention devices. Furthermore, electrical diagrams and site plans detail the placement of conduits, equipment, and connections, highlighting constraints on physical dimensions and spacing requirements to maintain safety and operational efficiency. Notably, new conduits are to share trenches with water systems whenever feasible, ensuring structural safety and required clearances are maintained. This document serves as part of a larger federal initiative aimed at improving infrastructure operations, ensuring regulatory compliance, and preserving environmental standards in national monuments while focusing on enhancing visitor and operational facilities.
    The document outlines the wage determination for heavy dam construction projects in Arizona, governed by the Davis-Bacon Act. It emphasizes minimum wage rates as per Executive Orders 14026 and 13658, applicable to federal contracts awarded or extended from specified dates. For contracts effective in 2024, workers must be compensated at least $17.20 per hour or the respective higher applicable wage rate. Various classifications of construction workers, such as boilermakers, bricklayers, electricians, and truck drivers, are detailed alongside their corresponding wage rates and fringe benefits. The document incorporates zone pay adjustments based on distance from key locations in Phoenix. Additionally, it addresses the inclusion of unlisted labor classifications through a conformance request process. Information concerning the appeals process for wage determination disputes is given, indicating how interested parties can seek reviews or file appeals within the Department of Labor structure. This wage determination is significant for ensuring fair compensation rates on federally funded construction projects, emphasizing compliance with labor standards and worker protections.
    The document pertains to a Request for Proposal (RFP) issued by the National Park Service for the replacement of the primary waterline in the maintenance and housing area of the Organ Pipe Cactus National Monument. The solicitation number is 140P2024R0150, and it is part of the agency’s effort to maintain essential infrastructure. The proposal submission package includes important requirements specified in Sections L and M of the solicitation, notably the need for a Technical Volume I that encompasses various questionnaires. These include a Project Experience Questionnaire, Key Personnel Qualifications, and a Past Performance Questionnaire, which are intended to evaluate the qualifications and experience of potential contractors. The structured approach outlined in the document underscores the importance of meeting specific criteria to ensure compliance and successful bid submissions, reflecting broader practices in federal procurement. This RFP serves the dual purpose of enhancing the monument's operational capabilities and fostering effective contractor engagement for federal projects.
    The document outlines the Project Experience Questionnaire and Past Performance Questionnaire for solicitation number 140P2024R0150, aimed at gathering information from contractors bidding on government projects. The Project Experience section requires bidders to detail past projects, including project titles, locations, descriptions, and contractor roles. Bidders must answer specific questions regarding project work performed, experiences with price and schedule changes, problem resolution, successful methods, and additional relevant information. The Past Performance section requires contractors to provide their company information, contract details, and a brief project description. A reference from the owner must evaluate the contractor's performance across various criteria such as quality, schedule management, cost control, management practices, small business subcontracting, and regulatory compliance. Ratings range from exceptional to unsatisfactory, with space for comments supporting the evaluations. This file is integral to the federal and state/local RFP process, guiding the assessment of prospective contractors' past work and performance as they seek to secure government contracts. It emphasizes transparency and accountability in contractor selection, ensuring that the government obtains quality service and products.
    This document outlines the requirements for submitting resumes of key personnel involved in a government contract, as part of federal RFPs and grants. Each resume must detail the individual's name, role, years of experience, company information, educational background, qualifications, and relevant experience in past projects. The format includes sections for project titles, dates, brief descriptions, specific duties, employer details, and contact information. This structured approach emphasizes the importance of showcasing not only the qualifications of personnel but also their practical experience and contributions to previous projects, ensuring that all candidates meet the necessary standards for performance and safety in government undertakings. The purpose of this filing is to ensure transparency and accountability in the selection of key individuals for government contracts.
    The Past Performance Questionnaire (Solicitation No. 140P2024R0150) is intended for evaluating contractors' past performance in federal projects. Contractors complete sections about their company and relevant past projects, while references from those projects provide evaluations based on criteria such as quality, schedule adherence, cost control, management, and regulatory compliance. Each criterion is rated on a scale from Exceptional to Unsatisfactory, requiring specific comments to justify ratings, particularly for lower ones. The questionnaire underscores that the information provided is confidential and should not imply any government endorsement of the contractor. Additionally, the document includes instructions for submission to the National Park Service's Denver Service Center. The overarching purpose emphasizes the importance of past performance assessments in selecting reliable contractors for government projects, highlighting quality control and adherence to contractual obligations as pivotal evaluation factors.
    The document is a Request for Proposal (RFP) from the National Park Service for the replacement of the primary waterline in the maintenance and housing area of Organ Pipe Cactus National Monument. The solicitation number is 140P2024R0150, and the file is categorized under Volume II, which focuses on business and pricing components of the proposal submission. To respond to the RFP, contractors must include specific elements in their Technical Volume I and Business & Price Volume II submissions. Technical requirements include experience, personnel qualifications, and past performance questionnaires. For the Business & Price submission, critical documents include a bid bond, a contract price schedule that aligns with section B of the solicitation, general references for contractor responsibility checks, and a report on limitations concerning subcontracting. This carefully structured RFP aims to ensure that prospective contractors provide thorough and relevant information to facilitate the selection process while adhering to government contracting standards and requirements. The emphasis on detailed technical and pricing documentation signifies the need for accountability and effective management of federal resources in public works projects.
    The document outlines the Bid Bond Form (Standard Form 24), required for federal procurement purposes involving construction, supplies, or services. This form ensures the Principal (bidder) and Surety (guarantor) are financially bound to the United States government for a specified amount, termed the penal sum. It becomes void if the Principal either executes the necessary contractual documents upon bid acceptance or compensates the government for any costs exceeding the bid amount in case of a failure to fulfill obligations. It details the conditions for execution, including the need for corporate seals from sureties, the method for expressing the penal sum, and stipulations regarding extensions of acceptance periods. The document helps maintain accountability during government contracting processes, ensuring that bids are serious and protections are in place against non-completion. Overall, it emphasizes compliance with federal standards for bid guarantees in various contracting scenarios, reflecting the government's commitment to structured procurement processes.
    The document serves as a form for offerors to provide the government with general references as part of the bidding process for federal grants and RFPs. It outlines the necessary information that must be submitted, including details about sureties, corporate banks, insurance companies, subcontractors, and material suppliers. Each section requires the name, address, contact person, and telephone number for the referenced entity, along with specific information related to their services or supplies. Importantly, offerors are urged to disclose any past relationships with references that may not have been fully satisfactory. They must explain their perspective and any corrective actions taken or planned. Transparency in these disclosures is crucial, as failure to do so could result in a negative assessment of the offeror's past performance. The structure of the form emphasizes thoroughness and candor in presenting references, aiming to maintain integrity in the procurement process.
    The National Park Service (NPS) has issued a Request for Proposal (RFP) regarding the replacement of water system components at the Organ Pipe Cactus National Monument. The document outlines the scope of work, which includes the installation of a 100,000-gallon potable water tank, the replacement of water distribution systems for maintenance and residential areas, and associated infrastructure upgrades such as trenching and asphalt patching. Offerors must submit detailed pricing for base line items and any optional line items, which cover potential additional projects including the installation of a domestic well, a 50,000-gallon tank, and upgrades to the campground water and electrical systems. The proposal requires accurate calculations and clear breakdowns of costs, ensuring that all unit prices are documented alongside their total prices. The comprehensive pricing structure aims to facilitate transparent bidding while ensuring all necessary project elements are included for evaluation. This initiative showcases the NPS’s commitment to improving essential utilities at the monument while adhering to federal contracting standards.
    This document outlines the reporting requirements for a federal contract involving a prime contractor and their compliance with small business subcontracting limitations. The contract details, including price, type of set-aside, and duration, are provided but remain unfilled. The key focus is on the financial participation of both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS). Presently, no funds have been invoiced to either group, thereby complicating the calculation of their participation percentages. A corrective action plan is mandated if the subcontracting percentage does not meet the regulations set forth in clause 52.219. The document serves as a compliance tool for contracts over $150,000 in the small business, 8(a), and socio-economic categories, delineating allowable subcontracting ratios specific to construction and associated services. Through its structured reporting of invoicing and participation, it emphasizes accountability and adherence to federal contracting standards, thereby ensuring that small businesses have a fair opportunity to compete and fulfill contract requirements effectively.
    The file outlines the requirements under the Federal Acquisition Regulation (FAR) 36.211(b) for government agencies concerning the administration of construction contracts, specifically focusing on the definitization of equitable adjustments for change orders. It mandates agencies to provide descriptions of policies and procedures addressing these adjustments, alongside data related to the time taken to definitize them. This information is essential for ensuring fair compensation and compliance during changes to construction contracts. The document indicates that additional details and guidelines pertinent to these procedures can be accessed through a specified government website. The aim is to enhance transparency and efficiency in managing changes in construction projects, which is vital for effective contract administration within federal, state, and local RFP frameworks. Emphasizing the importance of clear procedures fosters accountability and supports the integrity of construction contract processes across governmental levels.
    The Geotechnical Engineering Report prepared by Terracon Consultants, Inc. outlines the findings from subsurface exploration for the replacement of primary park water systems at Organ Pipe National Monument in Ajo, Arizona. This report incorporates recommendations for earthwork, foundation design, and construction based on extensive field tests, including the advancement of two test borings and seismic refraction surveys. Key site conditions reveal shallow weathered volcanic bedrock and no observed groundwater, with regional hydrology suggesting deep groundwater levels. The project involves replacing aging water distribution infrastructure, specifically targeting the installation of glass-fused steel water storage tanks. The report details geotechnical characterization, suggesting suitable design parameters for shallow foundations, including allowable bearing pressures and settle projections. The study underscores the importance of proper site preparation, with recommendations for excavation, fill material specifications, and compaction requirements. Earthwork and construction operations should be monitored by a licensed geotechnical professional to ensure adherence to the report's guidelines. Overall, the report serves as a technical foundation crucial for the successful execution of the water system replacement project, ensuring compliance with safety and environmental standards within a government-maintained national monument.
    Shannon & Wilson, as a subconsultant to Short Elliott Hendrickson, Inc., conducted a hydrogeologic assessment for the National Park Service to evaluate water supply improvements at the Organ Pipe Cactus National Monument in Arizona. The assessment involved a 48-hour pumping test on the newly installed North Well (Well 6) to understand its hydraulic properties and the feasibility of a second well to replace the failing Old South Well (Well 4). The study revealed that Well 6 can provide a sustainable flow rate of approximately 55 gallons per minute, with minimal drawdown in neighboring observation wells. The aquifer has sufficient capacity for an additional water supply well, assuming no concurrent pumping from both wells. Recommendations include locating the new well near Well 4 and utilizing both wells alternately to ensure long-term water supply reliability. The document outlines detailed well construction and test data, implications regarding aquifer behavior, and the importance of further site evaluations for future installations. This assessment supports the National Park Service's commitment to providing a reliable water supply for its facilities while ensuring environmental stewardship.
    The Basis of Design Report for the Organ Pipe Cactus National Monument outlines a comprehensive plan to rehabilitate the water system serving the park in Ajo, Arizona. This project addresses significant inefficiencies in the existing infrastructure, built around 1960, which includes asbestos-cement pipes and deteriorating storage tanks that often lead to water shortages. The proposed upgrades include replacing approximately 9,550 linear feet of old pipes with high-quality PVC, constructing two new glass-lined steel water tanks, and establishing a new well to increase water capacity. Key features of the new system include improved fire safety with added hydrants and sprinkler connections, a modern monitoring system (SCADA) for real-time oversight, and enhanced domestic water supply infrastructure. Design standards prioritize compliance with national fire protection regulations and protection of cultural resources within the park. The project aims to ensure a sustainable, efficient water supply capable of meeting the current and future demands of the park environment and its visitors.
    The document outlines a Request for Proposal (RFP) for replacing the primary water system at the Organ Pipe Cactus National Monument, specifically for the Maintenance and Housing Area. The RFP indicates it is a small business set aside, with a construction project valued over $10 million. Key aspects include a requirement for a potable water tank and enhancements to the existing water distribution systems, which currently use outdated asbestos-cement piping. The timeline dictates that work must commence within ten days following the contract award, aiming for completion within 390 calendar days. Additionally, offerors must include detailed pricing for base and option line items, and various compliance clauses regarding labor, safety, and environmental conditions are integrated into the contract. This RFP underscores the government's commitment to modernizing infrastructure while ensuring adherence to regulations and promoting small business participation.
    This document serves as Amendment #1 to solicitation number 140P2024R0150, regarding the replacement of the primary water system for the Maintenance and Housing Area at Organ Pipe Cactus National Monument, Ajo, AZ. The Amendment specifies the necessity for contractors to acknowledge receipt of the amendment prior to the specified deadline to avoid rejection of their offers. It outlines various methods for acknowledgement, including completing copies of the amendment or by separate communication referencing the solicitation and amendment numbers. A site visit for interested participants is scheduled for October 24, 2024, at 8:00 AM MST, meeting at the Visitor Center in Ajo, AZ. This amendment indicates administrative changes to the contract and is issued under the authority of FAR 43.103(b), though it confirms that other terms and conditions of the original solicitation remain unchanged. The aim of this amendment is to facilitate contractor engagement and ensure compliance with procedural requirements while maintaining the integrity of the procurement process.
    The document outlines a solicitation for a contract regarding the replacement of the primary water system in a maintenance and housing area, designated as ORPI 240821. Issued by the NPS, DSC Contracting Services Division in Denver, the request is part of a small business set-aside initiative, with an estimated construction cost exceeding $10 million. The solicitation emphasizes the importance of adhering to outlined requirements in sections B through J, and requests a pre-proposal site visit as indicated in section L. The timeline for project performance is set at 390 calendar days post-award, and all proposals must factor in applicable federal, state, and local taxes. Potential bidders must include performance and payment bonds and acknowledge amendments to the initial solicitation. The government intends to conduct a sealed bidding process, focusing on compliance and ensuring that proposals meeting less than 12 calendar days for acceptance will be rejected. Overall, the document represents the formal initiation of the bidding process in constructing essential infrastructure, highlighting requirements and expectations for contractors.
    Similar Opportunities
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated project cost ranging from $10 million to $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Y--Source Sought Notice
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for the rehabilitation of the Painted Desert Community Complex located within Petrified Forest National Park, under project number PEFO 267538. The project aims to address structural deficiencies, restore historical features, and upgrade facilities to meet current standards, with an estimated construction cost exceeding $10 million. This initiative reflects the federal government's commitment to preserving national landmarks while enhancing visitor experiences and public engagement. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    YOSE 196416 Rehabilitate El Portal Wastewater Trea
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. The project aims to modernize the 45-year-old wastewater treatment facility, which serves the Yosemite Valley and surrounding communities, by replacing outdated systems and enhancing operational capabilities while also rehabilitating the Administrative Camp for use as RV sites for construction workforce housing. This significant infrastructure investment, with an estimated construction cost between $150 million and $200 million, requires adherence to strict safety, environmental, and quality standards, with work expected to commence within 10 days of contract award and completed within 1,460 days. Interested contractors can contact Paula Teague at paulateague@nps.gov for further details and must submit their proposals in accordance with the outlined guidelines.
    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 (Solicitation No. 140P2024R0050). The project aims to construct a new water treatment facility, including the installation of advanced piping and control systems, while ensuring compliance with environmental protections and safety regulations. This initiative is crucial for maintaining essential infrastructure within the park, which supports both visitor services and environmental conservation efforts. Interested contractors must submit their proposals by November 12, 2024, at 2:00 PM MT, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YOSE 196416 Rehabilitate El Portal Wastewater Treatment Facility and Admin Camp.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is preparing to solicit proposals for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. This project aims to upgrade the 45-year-old wastewater treatment plant, which is critical for managing wastewater for Yosemite Valley and surrounding communities, by replacing outdated infrastructure and systems, demolishing obsolete structures, and creating RV sites for construction workforce housing at the former administrative camp. The estimated cost for this comprehensive project exceeds $150 million, with a performance period of approximately 1460 days, including potential environmental shutdowns. Interested contractors must be registered with the System for Award Management (SAM) to participate, and solicitation documents are expected to be issued around September 30, 2024. For further inquiries, contact Patrick Naulty at patricknaulty@nps.gov or call 303-987-6701.
    Replace Sewage Liner at FCI Phoenix (SOURCES SOUGHT)
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a project to replace the sewage liner at the Federal Correctional Institution in Phoenix, Arizona. The project involves de-silting and relining Wastewater Ponds 5 & 6, which includes the removal of existing sludge and equipment, installation of new synthetic liners, and implementation of erosion control and stormwater management measures. This initiative is crucial for maintaining environmental standards and operational efficiency within correctional facilities. Interested small business contractors must respond to the sources sought notice by October 24, 2024, and be registered in the System for Award Management (SAM), with an estimated project value between $1 million and $5 million. For further inquiries, contact Krista Sua at kxsua@bop.gov.
    Z--NAMA 291052 Repair Lincoln Reflecting Pool
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the repair of the Lincoln Reflecting Pool located at the National Mall and Memorial Park in Washington, D.C. This project, estimated to cost between $5 million and $10 million, aims to address significant failures in the water treatment and circulation system, including the installation of new supply and return lines, replacement of deteriorated expansion joints, and upgrades to the ozone system. The project is critical for maintaining the historical integrity and functionality of this iconic site, which will remain open to visitors during construction, necessitating careful planning and protective measures. Interested businesses are encouraged to submit their company information, including size classification and relevant experience, by November 4, 2024, to Kyle Gonynor at kylegonynor@nps.gov.
    C--Chaco Culture National Historical Park - Construction of new employee housing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking small businesses capable of executing a construction project at Chaco Culture National Historical Park in New Mexico. The project involves the construction of three new employee housing units—one single-family home and two triplexes—along with the demolition of four historic residences and a dilapidated mobile home, as well as site preparation, utility installation, and hazardous material abatement. This initiative is critical for improving employee accommodations within the park, with an estimated project cost between $5 million and $10 million. Interested vendors must submit their capabilities and relevant experience by October 24, 2024, with a Request for Proposal anticipated in winter 2024/2025 and contract award expected in spring 2025. For further inquiries, contact Jessica Busman at jessicabusman@nps.gov.
    Y--ELMA-CREATE UNIVESALLY ACCESSIBLE TRAIL
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a universally accessible trail at El Malpais National Monument in New Mexico, specifically the El Calderon Trail project. This initiative aims to enhance visitor access and experience by constructing a 0.75-mile trail compliant with the Architectural Barriers Act, along with additional features such as an amphitheater and safety improvements. The project, estimated to cost between $1 million and $5 million, is set aside for small businesses under NAICS code 236220, with a performance period from January 6, 2025, to October 3, 2025. Interested contractors should direct inquiries to Claire Roberson at ClaireRoberson@nps.gov and submit their proposals by the specified deadlines.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park, Arkansas. The project aims to restore critical building systems and features, including roof replacements, with an estimated budget exceeding $10 million, ultimately enhancing visitor experiences and preparing the facilities for adaptive reuse to generate potential lease revenue. This procurement is significant as it focuses on preserving historical structures while improving operational efficiency, and it will be conducted using a Full and Open contracting method to encourage participation from small and disadvantaged businesses. Interested vendors must have an active registration in the System for Awards Management (SAM) and can expect the solicitation to be issued on or after October 15, 2024; for further inquiries, they may contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.