Z--DEVA - REHAB STOVEPIPE WELLS RO BLDG
ID: 140P8125B0009Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Stovepipe Wells Reverse Osmosis Building located in Death Valley, California. This project aims to enhance the functionality and safety of the aging facility, which includes tasks such as installing metal decking, replacing HVAC units, and updating lighting to LED. The contract is a 100% Small Business Set-Aside, with an estimated value between $500,000 and $1,000,000, and requires compliance with federal regulations, including labor standards and safety protocols. Interested contractors must submit their bids electronically by July 16, 2025, with a mandatory site visit scheduled for June 23, 2025, and the contract performance period commencing on September 1, 2025, and concluding by February 1, 2026. For further inquiries, contact Caroline Bachelier at caroline_bachelier@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Request for Proposals (RFP) for rehabilitating the Stovepipe Wells Reverse Osmosis Treatment Building at Death Valley National Park, California. The primary goal is to enhance the functionality and safety of this aging facility, established in the early 1970s, through several scheduled improvements to its structure and equipment. Proposed tasks include installing metal decking, replacing HVAC units, reconfiguring entrances, updating lighting to LED, and relocating critical tanks within the facility. An additive item includes the installation of a free-standing workstation overhead bridge crane. The document delineates a detailed price schedule for bidders, emphasizing the requirement for careful pricing and item descriptions. The completion timeline, performance objectives, and necessary safety compliance, including both structural integrity and operational standards (OSHA, NEC), are also specified. Additionally, a strict safety plan is mandated, addressing the unique environmental challenges posed by the park's conditions (heat stress, biological hazards). Proposals must maintain clear communication with the National Park Service throughout the project, ensuring all operations adhere to park regulations. This RFP demonstrates the federal government’s commitment to preserving essential infrastructure while ensuring public safety and environmental protection within national parks.
    This government document outlines details related to a contract, including its number (PIID), type of set-aside, total contract value, and the performance period. The document emphasizes the financial transactions between the prime contractor and both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS) across various task orders. It provides a structured format for reporting amounts paid to each subcontractor, illustrating compliance with regulations on limitations regarding subcontracting. The report indicates the total payments made by the government to the prime contractor during the performance period and requires calculations to determine the percentage of subcontracting limitations. It underscores the importance of adhering to federal contracting guidelines within the context of RFPs, grants, and sub-contracting policies, focusing on ensuring proper allocation and transparency in government-funded projects. Overall, it serves as a compliance and monitoring tool to maintain financial integrity within government contracting processes.
    The document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b) concerning the definitization of equitable adjustments for change orders in construction contracts. It mandates that federal agencies provide detailed policies and procedures on this topic, as well as data regarding the time needed to definitize such adjustments. These guidelines ensure clarity and consistency in handling changes to construction contracts, promoting effective project management. The reference link included directs to further resources on acquisition policy related to construction contracts, emphasizing the importance of compliance and procedural transparency in federal contracting practices. This framework is essential for maintaining accountability and efficiency in government construction projects.
    The document presents Amendment 0001 for solicitation number 140P8125B0009, issued by the U.S. Department of the Interior, National Park Service. The amendment addresses contractor inquiries and specifies the submission requirements for bids related to construction at Lake Mabo in Boulder City, NV. Key provisions include clarifications on a freestanding workstation bridge crane and modifications to the entryway of a building, emphasizing the importance of referencing the specifications document. The deadline for bids remains set for July 16, 2025, with an electronic bid opening scheduled for July 17, 2025, via Microsoft Teams. Furthermore, contractors must acknowledge receipt of the amendment when submitting offers and provide necessary documents, including bid bonds. The amendment also outlines the responsibilities of contractors concerning compliance with federal regulations, including past performance evaluations and guidelines for invoicing through the U.S. Department of the Treasury's Invoice Processing Platform. This amendment serves to ensure transparency, compliance, and effective communication with potential contractors, upholding the integrity of the bidding process and subsequent construction activities.
    The document outlines Amendment 0002 for solicitation number 140P8125B0009, which pertains to a contract modification involving a construction project related to a Reverse Osmosis (RO) plant. Key points include responses to contractor inquiries about handling existing utilities during the construction phase, confirming that the contractor will disconnect and reconnect utilities as needed, and specifying the permitted offline duration of the RO plant—8 hours during the day or 12 hours overnight. Additionally, the amendment updates Attachment 3 to include the latest wage determination dated July 4, 2025, and reaffirms that the bid due date remains July 16, 2025, at 2 PM PDT. The bid opening will take place via Microsoft Teams on July 17, 2025, at 2 PM PDT, with a link and access details provided. This amendment serves to clarify logistical and regulatory considerations for contractors and ensures that all parties are informed of the updated requirements and timelines related to the project.
    The document outlines a Request for Proposal (RFP) for the rehabilitation of the Stovepipe Wells Reverse Osmosis Building in Death Valley, CA. This opportunity is designated as a 100% Small Business Set-Aside, with project costs estimated between $500,000 to $1,000,000, and follows NAICS code 237110, which has a size standard of $45 million. A mandatory site visit is scheduled for June 23, 2025, and all bids must be submitted electronically by a specified deadline to ensure a streamlined bidding process. The contract's performance period begins on September 1, 2025, with completion expected by February 1, 2026. Competing contractors must provide performance and payment bonds, and follow specific requirements including acknowledging amendments to the solicitation. The document emphasizes compliance with labor standards and includes mandatory clauses regarding occupational safety, environmental regulations, and commitment to a drug-free workplace. The award will be governed by the Federal Acquisition Regulation (FAR), ensuring a transparent and fair contracting process. This solicitation reflects the government's commitment to engaging small businesses and maintaining rigorous compliance with procurement guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.