REPAIR WEST PARKING LOT - UMESC
ID: 140G0225R0006Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF PARKING FACILITIES (Z2LZ)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified contractors to repair the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center (UMESC) in La Crosse, Wisconsin. The project involves filling cracks, seal coating, and re-striping approximately 37,000 square feet of deteriorated pavement, with specific requirements for compliance with federal, state, and local codes, as well as coordination with USGS personnel to minimize disruption to ongoing research activities. This repair work is crucial for maintaining safe and accessible facilities for visitors and staff, ensuring adherence to the 2015 International Building Code and National Asphalt Pavement Association guidelines. Interested small businesses must submit proposals within the budget range of $25,000 to $100,000, with a completion timeline of 60 days post-notice to proceed; for further inquiries, contact Travis Herberholz at therberholz@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a “Release of Claims” form used by the United States Department of the Interior related to contracts. After a contractor completes their work and prior to receiving final payment, this form is required to absolve the United States from any debts, liabilities, or claims associated with the contract. The contractor must specify the exact payment due and formally release all claims against the U.S. except for any exceptions explicitly mentioned. The document includes spaces for the contractor’s signature, title, and corporate certification if applicable, ensuring the release is duly authorized by the contractor's governing body. This form is a crucial administrative step in federal contracting, fostering transparency and finality in financial transactions involving federal contracts and grants.
    The document outlines a Statement and Acknowledgment form, specifically for prime contractors and subcontractors involved in federal contracts, as mandated by the Office of Management and Budget (OMB) under control number 9000-0066. It includes sections for identifying contract numbers, dates, and parties involved, detailing responsibilities related to labor standards regulations, including the Contract Work Hours and Safety Standards Act, payroll records, and compliance with wage rate requirements. The form stipulates that the subcontractor acknowledges the inclusion of these regulatory clauses in their subcontract agreement. Additionally, it requires information about any intermediate subcontractors involved. This structure facilitates compliance with federal contracting requirements and ensures that both prime and subcontractors fulfill labor law obligations. The form is part of a broader regulatory framework aimed at standardizing contractor accountability in federally funded projects, highlighting the importance of adherence to labor standards and safety regulations.
    The U.S. Geological Survey's Upper Midwest Environmental Sciences Center (UMESC) requires repairs for the West Visitors Parking Lot in La Crosse, Wisconsin. The project encompasses filling cracks, seal coating, and re-striping of an approximately 37,000 square foot area that exhibits significant pavement deterioration and faded markings. The work will be executed in several phases: cleaning and preparing the lot, repairing potholes and alligator cracks, applying a seal coat, and re-striping with OSHA-approved paint. Key requirements include adherence to federal, state, and local codes, coordination with USGS personnel to avoid disrupting research activities, and following the 2015 International Building Code alongside National Asphalt Pavement Association guidelines. Contractors must submit a draft design and schedule with their proposals and ensure no surrounding facilities are damaged. A minimum liability insurance of $1 million is mandated, and completion is expected within 60 days of notice to proceed, with warranties covering workmanship for at least 12 months post-acceptance. This document serves as a formal Request for Proposal (RFP), outlining essential project details and requirements for potential contractors seeking to undertake the work.
    The U.S. Department of Labor's Wage and Hour Division provides the Davis-Bacon and Related Acts (DBRA) Weekly Certified Payroll Form (WH-347), which is essential for contractors and subcontractors working on federal or federally assisted construction contracts. While its use is optional, the submission of payroll information is mandatory on a weekly basis as per DBRA regulations, ensuring compliance with wage laws. The form collects detailed information about workers, their wages, and any fringe benefits, with a statement certifying that all workers have been paid at least the prevailing wage rates. A signed "Statement of Compliance" accompanies the payroll data to affirm accuracy and adherence to wage determinations. The document emphasizes the importance of accurate reporting to prevent legal repercussions, including potential civil or criminal prosecutions for false statements. While contractors estimate a completion time of 55 minutes for this paperwork, the rigorous requirements serve to protect workers’ rights and ensure appropriate compensation, aligning with federal standards for wage compliance and transparency.
    This document outlines a Request for Proposal (RFP) for the repair and seal coating of the west parking lot at the Upper Midwest Environmental Sciences Center, issued by the U.S. Geological Survey (USGS). The project is set as a Total Small Business Set-aside, with a construction budget between $25,000 and $100,000. Proposals are invited to commence work within ten calendar days following a notice to proceed, with completion required within 60 days. It details the performance location, specific contract clauses, and requirements for inspection, acceptance, and invoicing. Key stipulations include the necessity of performance and payment bonds, adherence to sustainable practices, and compliance with labor standards as outlined by the Department of Labor. The contractor must also ensure that all personnel are cleared for access, which includes completing a background investigation and obtaining necessary security clearances. Overall, the document serves to establish the contractual framework for the construction project while emphasizing compliance with federal standards and fostering participation from small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.
    REPAIR OF WATER LEAK OF BURROWS POND
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to repair a leaking underground water line at the Conte Anadromous Fish Lab Facility in Turners Falls, Massachusetts. The project involves significant excavation and repair work on the water supply system for the facility's upper burrows ponds, which are critical for fisheries holding and experimentation. This initiative is part of the federal commitment to maintaining environmental research facilities and ensuring operational efficiency, with a contract duration of 86 days following the notice to proceed. Interested small businesses must submit their proposals by February 21, 2025, and are encouraged to attend a site visit on February 12, 2025. For further inquiries, contact Dayna Parkin at dparkin@usgs.gov or 703-648-7374.
    Z--FFO Parking Lot Pavement Preservation
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking contractors for the Fillmore Parking Lot Pavement Preservation project in Millard County, Utah. This project involves the sealing and repairing of asphalt parking lots at the Fillmore Field Office and the Fillmore SEAT Base, addressing significant deterioration through tasks such as crack sealing, surface treatments, and repainting pavement markings. The work is crucial for maintaining the functionality and safety of federal facilities, with an estimated project cost between $25,000 and $100,000, and is set to commence in Spring 2025, lasting approximately 30 days. Interested small businesses must register with the System for Award Management (SAM) and can contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445 for further details.
    Y--Beach Access Upgrades
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking contractor interest for beach access upgrades at Apostle Islands National Lakeshore in Wisconsin. The project entails the removal of existing structures, including a staircase and parking lot, and the installation of new beach access features such as a pathway, staircase, and retaining walls, with an estimated budget ranging from $500,000 to $750,000, scheduled to commence in May 2025. This initiative is crucial for enhancing visitor access and safety at the park, and interested prime contractors must meet the small business size standard of $45 million while providing relevant business qualifications and socio-economic certifications. Responses to the market survey are due by February 19, 2024, and all inquiries should be directed to Craig Bryant at CraigBryant@nps.gov or by phone at 440-717-3706.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Buyer not available
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    GPSC5 Sources Sought
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify small businesses and Indian Small Business Economic Enterprises (ISBEEs) capable of providing professional mapping services under specific NAICS codes. The required services include remotely sensed data acquisition and the processing of high-resolution topographic and geophysical data, all to be performed under the supervision of qualified professionals. This initiative is crucial for supporting the USGS's science mission and involves managing projects of at least 1,500 square miles in size. Interested firms must submit their capability statements, including relevant performance history and socioeconomic status, by February 28, 2025, to Trisha Beals at tbeals@usgs.gov, ensuring they have a DUNS number and active registration on SAM.gov.
    Z--BGNDRF - SIDEWALK AND DRIVEWAY CONCRETE REPAIR
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking small businesses to undertake a concrete repair project at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project involves the demolition of an existing concrete sidewalk and the construction of approximately 240 square feet of new concrete for a sidewalk and driveway, along with raising a nearby manhole cover and utility box. This procurement is significant for maintaining the facility's infrastructure and ensuring safe access, with an estimated contract value between $25,000 and $100,000 and a performance period of 21 days following the notice. Interested parties should direct inquiries to Valerie Jiron at vjiron@usbr.gov or call 505-462-3658, and further details will be available on the System for Award Management (SAM) website.
    LAB DECOMMISSIONING-CMWSC ROLLA, MO
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide laboratory decommissioning services at its facility in Rolla, Missouri. The project involves comprehensive cleaning and hazardous waste disposal, ensuring compliance with federal, state, and local regulations while removing USGS-owned equipment and cleaning areas previously used for hazardous materials. This initiative is crucial for maintaining safe working conditions and environmental stewardship, with a focus on detailed tasks such as disassembling lab furniture, disposing of hazardous waste, and conducting contaminant sampling. Interested vendors should note that the performance period begins on February 21, 2025, with a completion deadline of July 31, 2025. For further inquiries, potential bidders can contact Donald Downey at ddowney@usgs.gov or by phone at 303-236-9331.
    IRA Bismarck Federal Parking Lot Renovation
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors for the renovation of the parking lot at the IRA Bismarck Federal Building in Bismarck, North Dakota. This project, designated under Solicitation No. 47PJ0025R0032, involves repaving the existing asphalt surface with low-embodied carbon concrete, integrating sustainable practices as mandated by the Inflation Reduction Act of 2022. The estimated budget for this construction contract ranges from $1 million to $5 million, emphasizing the use of environmentally friendly materials and adherence to federal procurement standards. Interested small businesses must submit their proposals, including a technical approach and past performance documentation, by the specified deadlines, with further inquiries directed to Monique Brumley at monique.brumley@gsa.gov or Jesse Johnson at jesse.johnson@gsa.gov.
    GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive preservation work on asphalt roads and parking lots within the George Washington Memorial Parkway across Maryland and Virginia. The project aims to enhance infrastructure through tasks such as seal coating, milling, overlaying, and crack sealing, while adhering to strict environmental and safety protocols to minimize public disruption and protect historical resources. With an estimated contract value exceeding $10 million, this Small Business set-aside opportunity requires contractors to submit sealed proposals by the specified deadlines, with a performance period from March 21, 2025, to May 11, 2026. Interested parties can contact Zaira Lupidi at zairalupidi@nps.gov for further information.