La Fortaleza Wall Scaffolding, San Juan NHS
ID: 140P2124Q0242Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

SCAFFOLDING EQUIPMENT AND CONCRETE FORMS (5440)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking a contractor to provide scaffolding services for the La Fortaleza Wall at the San Juan National Historic Site in Puerto Rico. The contractor will be responsible for designing, erecting, assembling, and installing OSHA-compliant scaffolding necessary for masonry repairs on specified sections of the historic wall, with all work to be completed within 92 days of contract award. This project is significant for preserving the historical integrity of the site and enhancing visitor safety, with a total contract value anticipated to be capped at $40 million. Interested small businesses must submit their quotes by September 12, 2024, and can direct inquiries to David Clark at david_clark@nps.gov or by phone at 602-989-9775.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to outline a project related to the public space around the Puerta de San Juan, emphasizing the integration of significant sculptures, notably "Escultura A Isabel de Trastámara," within the Plazuela de Isabel I de Castilla. The project seems to involve collaboration with entities like Etechlay Solutions and references geological data from sources such as SIO, NOAA, and the U.S. Navy. The involvement of floating platforms suggests an innovative approach to the landscape or artistic installation that integrates environmental considerations with urban design. Overall, the document points to a culturally significant initiative enhancing public areas while aligning with various governmental standards, possibly reflecting a broader effort in urban redevelopment or preservation within the context of federal and state RFPs and grants aimed at enriching community spaces.
    The document outlines Wage Determination No. 2015-5707 under the U.S. Department of Labor's Service Contract Act, specifically for contracts associated with the state of Puerto Rico. Effective from 2024, contracts entered post-January 30, 2022, must pay a minimum wage of at least $17.20 per hour, adhering to Executive Order 14026. The document includes a comprehensive list of occupations and their respective wage rates, along with required fringe benefits such as health and welfare, vacations, and holidays. The wage rates vary by occupation, with detailed classifications outlined, including administrative, automotive, healthcare, and technical jobs, among others. Additionally, the directive emphasizes the requirement for contractors to provide uniforms and adhere to safety pay differentials for hazardous work. Furthermore, any unlisted job classifications must undergo a conformance process to establish appropriate wage rates. The document serves to ensure compliance with labor laws and maintenance of fair wages in government contracts, reinforcing the government's commitment to worker equity in various service occupations.
    The document outlines Wage Determination No. 2015-5707 issued by the U.S. Department of Labor under the Service Contract Act, effective from July 22, 2024. It mandates that contractors pay a minimum wage of at least $17.20 per hour, or the higher applicable rate from the wage determination, for all workers performing on contracts initiated or renewed after January 30, 2022. The summary includes detailed wage rates for various occupations specific to Puerto Rico, highlighting required fringe benefits such as health and welfare, vacation, and holidays. The document indicates that workers may be entitled to higher wages under Executive Order 14026 and stipulates health and welfare benefits at a minimum of $5.36 per hour. Additionally, it provides guidelines for unlisted classifications of workers, setting a protocol for conformance requests, ensuring that all employees receive adequate compensation. This wage determination is crucial for compliance in government contracting, ensuring fair labor practices and worker protections in federal contracts and grants across specified regions.
    The document appears to detail a specific geographic location, marked as "Pier Luis V Beach," and includes basic geographical data, notably its coordinates (18°27'52"N 66°07'11"W). The document references "Playita Puerta de San Juan" and indicates a potential interest in identifying or mapping this area, possibly for development or tourism-related purposes. The mention of a "Floating Platform" suggests a possible project or initiative aimed at improving beach access or recreational facilities in the area. The phrase "BENEDICTUS OUI VENIT IN NOMINE DOMINI" appears to be a Latin phrase, perhaps signalling a cultural or historical context relevant to the site. The overall intention may relate to identification, improvement planning, or solicitation of proposals (RFPs) concerning this beach area, specifically targeting local stakeholders. Given the context of government RFPs, it is likely related to federal or local initiatives focused on coastal management or tourism enhancement.
    The government document outlines an amendment to a solicitation, specifically identified as 140P2124Q0242. The primary purpose of this amendment is to extend the deadline for submission of offers to September 5, 2024, at 10:00 am Mountain Time. The amendment stipulates that this change aims to serve the best interests of the Government. Contractors are required to acknowledge receipt of the amendment to ensure their offers are considered, with several methods provided for acknowledgment, including completing forms and electronic communications. The document indicates that an amendment with responses to submitted questions will be issued subsequently. It provides essential instructions regarding acknowledgment and modifications of previous offers, emphasizing the need for timely communication prior to the specified deadline. The document maintains a formal structure, specifying contractor details, project information, and administrative protocols mandated by the Federal Acquisition Regulation (FAR). Overall, this amendment is a procedural update crucial for managing submissions within federal contracting processes.
    This document serves as Amendment 0002 to solicitation 140P2124Q0242, pertaining to the La Fortaleza Wall Scaffolding project at San Juan National Historic Site. The amendment includes revised requirements and clarifications for offerors, such as the incorporation of a new Offeror Sheet, the provision of answers to queries, and changes to the project's periods and wage determinations. The submission deadline has been extended to September 12, 2024, at 10:00 am Mountain Time. Offerors are required to ensure their quotes are valid for at least 90 days post-submission and must meet specified criteria, including project narratives and pricing details. Additional details address logistical concerns like background checks, inspections, and material requirements. This summary emphasizes compliance with regulations and the necessity for thorough proposal submissions in alignment with the project’s requirements, showcasing the government’s procedural rigor in managing federal contracts for construction and maintenance projects. The purpose of this document aligns with federal procurement practices, ensuring that contractors meet established standards in delivering governmental services effectively and safely.
    The document is a combined synopsis/solicitation for a Request for Quotation (RFQ) regarding scaffolding services at the La Fortaleza Wall, part of the San Juan National Historic Site in Puerto Rico. The U.S. National Park Service seeks a contractor to provide labor, materials, and OSHA-compliant scaffolding for masonry repairs on sections of the historic wall, requiring services to be completed within 92 days post-award. The contract is set aside for small businesses, with a specific NAICS code of 532490, and the anticipated total value is capped at $40 million. Key responsibilities for the contractor include design, assembly, and dismantling of scaffolding at specified wall sections while ensuring safety compliance. The contractor must provide detailed plans for scaffold construction, access provisions, and coordination with National Park Service personnel during installation. A site visit is scheduled for August 1, 2024, with quotes due by August 15, 2024. The document outlines governmental responsibilities, compliance expectations, and required documentation for submissions, emphasizing adherence to federal regulations and the importance of safety and quality in construction practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SCAFFOLDING/CONTAINMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for the USCG Eagle, with a focus on safety and compliance. The procurement involves erecting scaffolding around the vessel's main mast, ensuring proper weight distribution, and providing fireproof containment for painting operations, all while adhering to OSHA regulations and maintaining structural integrity against wind gusts of up to 60 MPH. This project is crucial for maintaining the operational readiness of the vessel and is scheduled to take place between September 27 and November 1, 2024. Interested vendors must submit their quotes by September 19, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure their proposals include engineering drawings stamped by a Professional Engineer.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    Z--FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with proposals expected to be submitted by the specified deadlines, and the estimated construction cost exceeding $10 million.
    GWMP Bridge Pres
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Bridge and Pavement Preservation Project at the George Washington Memorial Parkway in Virginia. This Sources Sought Notice aims to gather interest and qualifications from both large and small businesses for extensive restoration and maintenance of bridges and roadways, with an estimated construction cost exceeding $10 million and a performance period of approximately 416 calendar days. The project includes tasks such as concrete deck repairs, drainage improvements, asphalt preservation, and traffic control, emphasizing minimal visitor impact during construction. Interested parties must submit their responses, including company information and relevant experience, by September 23, 2024, to Jeremiah Rogers at jeremiahrogers@nps.gov or by phone at 303-969-2633.
    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.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.
    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.
    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.
    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.