Y--SITK - FY24 TOTEM POLE INSTALLATION
ID: 140P9724R0009Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The National Park Service, under the Department of the Interior, is soliciting bids for the installation of two totem poles at Sitka National Historical Park in Alaska. The project involves the installation of a new Waasgo Legend pole and the replacement of the existing Yaadaass Crest First Twin pole, requiring contractors to conduct a site visit to assess conditions and ensure stability in the unique environmental context of Sitka. This initiative is crucial for preserving the park's cultural heritage, with a contract performance period from October 1, 2024, to December 31, 2024, and an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by email and direct inquiries to Tyler Groves at tyler_groves@nps.gov by September 6, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    Sitka National Historical Park is seeking bids for the installation of two totem poles: a new Waasgo Legend pole in an established location and a replacement for the existing Yaadaass Crest First Twin pole. The project entails the removal and proper disposal of the old pole and installing the new ones along an 8-foot-wide gravel trail accessible from the Visitor Center. Contractors must conduct a site visit before bidding to accurately assess conditions. Key objectives include ensuring the new installations are stable in Sitka's unique environmental conditions, and the contractor must evaluate the foundation's integrity to maintain vertical stability. Work tasks encompass verifying existing conditions, handling excavation and landscaping, and implementing safety measures to protect nearby cultural resources. The project stipulates that all work occurs Monday through Friday within a designated timeframe, and it must minimize impacts on the historical landscape. Special qualifications are required, such as experience working within culturally sensitive areas, handling large cedar totem poles, and operating machinery safely near heritage sites. Government-furnished materials include the totem poles and necessary support structures, with oversight from an archeological monitor during any excavation activities. This initiative highlights the Park's commitment to preserving its cultural heritage through careful planning and execution.
    The document is a wage determination issued by the U.S. Department of Labor for construction projects in Alaska, effective from July 19, 2024. It outlines minimum wage rates for various construction classifications under the Davis-Bacon Act, which mandates compensation based on prevailing wages for public works projects. The document specifies different wage rates based on executive orders for contracts initiated or renewed after January 30, 2022, and those awarded in the previous years, ensuring compliance with federal wage standards. The wage determination includes classifications such as asbestos workers, boilermakers, carpenters, and power equipment operators, detailing hourly rates and fringe benefits. It provides regulations for additional classifications if necessary during project execution. The summary emphasizes the importance of adherence to federal wage laws in construction contracts, ensuring that employees receive proper compensation based on their work classifications. This document serves as a crucial reference for contractors participating in federal projects, reinforcing the government's commitment to fair labor practices and worker protections within the construction industry.
    This document is an amendment to solicitation number 140P9724R0009, issued by the National Park Service (NPS) at the Alaska Regional Office. The primary purpose of this amendment is to officially notify interested parties that a previously planned site visit has been canceled and will not be rescheduled. All inquiries regarding the solicitation must be submitted in writing to the designated email addresses and will be accepted until September 6, 2024, at 1600 Eastern Daylight Time. The performance period for the contract is specified as October 1, 2024, through December 31, 2024. Offers must acknowledge receipt of this amendment via specified methods and be submitted prior to the designated deadline to avoid rejection. All other terms of the original solicitation remain unchanged. This document is vital for ensuring compliance and clear communication among potential contractors regarding amendments to the solicitation processes.
    The document is a Request for Quotation (RFQ) issued by the National Park Service (NPS) for the installation of two totem poles at Sitka National Historical Park in Alaska. The solicitation, numbered 140P9724R0009, outlines the project details, which include construction requirements, performance timelines, and payment terms. The estimated cost for this project falls between $25,000 and $100,000 under NAICS code 238990, designated for specialty trade contractors, with a set-aside for small businesses. The evaluation criteria for proposals focus on price, technical capabilities, and prior experience with cultural resources. Offerors must demonstrate technical proficiency in handling totem poles and experience with similar projects. Additionally, the submission requirements include a price schedule, past project examples, and a thorough understanding of compliance regulations, including affirmative action and Buy American provisions. Respondents are instructed to submit their quotes by email and adhere to specified formats, with inquiries directed only to designated contacts. The period of performance for the contract is set from October 1, 2024, to December 31, 2024. The document emphasizes compliance with Federal Acquisition Regulations, stressing the importance of precise adherence to instructions to ensure consideration for award.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Naha Trail Phase 2 Restoration
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Naha Trail Phase 2 Reconstruction project located in the Tongass National Forest near Ketchikan, Alaska. This project aims to enhance recreational access by reconstructing trail infrastructure, including the installation of boardwalks, bridges, and aggregate surfacing, while adhering to strict environmental guidelines and safety measures. The anticipated budget for this federal contract ranges from $500,000 to $1,000,000, with a total small business set-aside designation. Interested contractors must submit their proposals by the specified deadlines, including a 20% bid bond, and can direct inquiries to Mai Moua at mai.moua@usda.gov. The cut-off for pre-bid questions is September 3, 2024, by 5:00 PM AKDT.
    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.
    SITK-FY24 WEAPONS PURCHASE
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for the procurement of firearms, specifically one Colt M4 Carbine rifle and two Remington 870 Shotguns, to support operations at the Sitka National Historic Park. This firm-fixed-price contract is exclusively set aside for small businesses, adhering to a size standard of 1,000 employees under NAICS code 332994. The acquisition is crucial for enhancing safety and operational effectiveness within the park, reflecting the NPS's commitment to small business participation in federal contracting. Interested offerors must submit their proposals by September 19, 2024, at 5:00 PM Alaska time, with delivery required by October 22, 2024; for further inquiries, contact Francisco Velasco at franciscovelasco@nps.gov or call 907-644-3313.
    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.
    The National Park Service (NPS) will release a prospectus on September 3, 2024, soliciting proposals to award a ten (10) year concession contract to provide guide tours of historic buildings within the Kennecott Mines National Historic Landmark.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is set to release a prospectus on September 3, 2024, inviting proposals for a ten-year concession contract to provide guided tours of historic buildings at the Kennecott Mines National Historic Landmark in Alaska. The selected contractor will be responsible for delivering engaging and informative tours that highlight the historical significance of the site, which is a key attraction within the national park system. A site visit is scheduled for September 13, 2024, at 10:00 AM, allowing interested parties to familiarize themselves with the location and requirements; registration details can be found in the prospectus available on the NPS Commercial Services website. For further inquiries, potential bidders can contact Mark Keogh at markkeogh@nps.gov or David Lucas at davidlucas@nps.gov.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    Y--Voya 308690: Replace Power Distribution
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the "Y--Voya 308690: Replace Power Distribution" project at Voyageurs National Park in Minnesota. The project involves replacing an 11.2-mile underwater medium voltage power line, multiple transformer boxes, and installing new switchgear and backup electrical generation systems to enhance emergency support and safety for visitors and staff. This initiative is critical for maintaining operational integrity at Kettle Falls, ensuring continued access to essential services and protecting public safety in the event of power outages. Interested contractors must submit their proposals by October 4, 2024, and can contact Timothy Burger at TimothyBurger@nps.gov or 720-688-9530 for further information. The estimated budget for this project exceeds $10 million.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.