J--MAINTENANCE OF SEWER LIFT PUMP WET WELLS at the Ma
ID: 140P8625Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)

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 qualified small businesses to provide maintenance services for sewer lift pump wet wells at the Maritime Museum Building within the San Francisco Maritime National Historical Park. The project involves servicing four historical lift stations, including vacuuming, cleaning, and inspecting the wet wells, while ensuring minimal disruption to park visitors and compliance with safety regulations, including OSHA standards. This maintenance is crucial for preserving the operational integrity of essential infrastructure within a federally managed historical site. Interested contractors must submit their quotations by February 14, 2025, following a mandatory site visit on February 10, 2025, and can direct inquiries to Michael Gabriel at Michael_Gabriel@nps.gov or by phone at 415-561-4790.

    Point(s) of Contact
    Gabriel, Michael
    (415) 561-4790
    (978) 318-7800
    Michael_Gabriel@nps.gov
    Files
    Title
    Posted
    The Request for Quotation (RFQ) 140P8625Q0015 outlines a maintenance project for the sewer lift pump wet wells at the San Francisco Maritime National Historical Park. The work, which involves servicing four historical lift stations built in 1938, must be executed by a licensed contractor in California. The specified maintenance includes vacuuming, cleaning, and inspecting the wet wells, with the use of a pressure washer to remove debris and waste. Contractors are required to maintain minimal disruption to park visitors and to store materials appropriately. The final inspection will verify the project's completion and deficiencies to be corrected. Communication with designated representatives from the National Park Service (NPS) is crucial for effective coordination throughout the project. Overall, this RFQ emphasizes environmental responsibility and adherence to safety protocols while repairing essential infrastructure in a federally managed historical park.
    The document outlines a contract bid for maintenance work on sewer lift pump wet wells at the Maritime Museum Building in San Francisco. The contractor must provide all labor, equipment, tools, materials, supplies, transportation, and supervision needed for the task. The bid includes pricing elements such as labor and administrative costs, with a requirement to submit detailed pricing for line items, including total and unit prices. Offerors are encouraged to present alternate proposals that could lead to cost savings for the government. The solicitation references specific federal guidelines and emphasizes the importance of compliance with the provided documents. Pricing evaluation will focus on obtaining the best value for the government, and the ability to adjust offers based on total corrections is also mentioned. The contractor's work will be conducted at a defined location, with additional details provided in the accompanying Scope of Work.
    The document outlines specifications and structural plans for the installation of multiple lift stations in a given location, emphasizing careful construction practices to avoid disturbing hazardous materials. It details architectural requirements, including the installation of soundproofing panels and updates to existing door fixtures. Each lift station location is marked, highlighting access points for construction. The plans also reference the need to comply with historical preservation standards and guidelines. Overall, this document serves as a foundational component of an RFP or grant application, focusing on infrastructure improvements while ensuring safety and adherence to regulatory standards. The project aims for efficient construction of lift stations while managing potential environmental hazards and maintaining the integrity of historical structures.
    The document outlines Wage Determination No. 2015-5637 under the Service Contract Act, detailing minimum wage rates and benefits for various occupations in specific California counties (San Francisco and San Mateo). Contractors responding to federal contracts must comply with Executive Orders 14026 and 13658, which set minimum wages at $17.75 and $13.30 per hour, respectively, based on the contract date. The wage determination items include detailed wage rates for various jobs, emphasizing occupational classifications and fringe benefits, such as health and welfare provisions, vacation, and holidays. It clarifies conditions for compliance with paid sick leave under Executive Order 13706 and establishes the process for requesting additional classification and wage rates if needed. Overall, the document serves as an essential resource for contractors, ensuring they adhere to federal wage and benefit regulations while engaging in service contracts influenced by government requisites.
    The document is a questionnaire form provided as part of RFQ - 140P8625Q0015, designed to evaluate an offeror's previous relevant experience and existing commitments in relation to a government project. It requests detailed information about past contracts executed within the last five years, requiring the offeror to list clients, project values, performance periods, and descriptions of project requirements. Each section emphasizes comparing past projects' scope and magnitude to the current requirements, along with challenges faced and solutions implemented. The form comprises two key parts: the existing commitments section and the relevant experience section, which can include multiple past projects. The document concludes with a request for details on the largest contract undertaken within the specified time frame. This structured format aims to ensure offerors provide comprehensive evidence of their qualifications, which is essential in the competitive bidding process for government contracts.
    The document outlines Amendment 01 to Solicitation No. 140P8625Q0015, concerning the "Maintenance of Sewer Lift Pump Wet Wells" at the San Francisco Maritime National Historical Park. The amendment specifies changes to the due date for quotations, set for February 14, 2025, and encourages small businesses to participate. It also provides details about the mandatory site visit on February 10, 2025, and emphasizes that questions regarding the scope of work must be submitted by February 12, 2025. The contract is targeted at small business concerns under NAICS Code 562998, with an anticipated period of performance from March 3, 2025, to June 30, 2025. It aims to award a single Firm-Fixed-Price contract based on criteria including technical capability, past performance, and cost. Furthermore, the contractor must comply with applicable safety and health regulations, particularly OSHA standards, ensuring that work meets the highest safety criteria. Overall, the document serves as an official communication for amendments related to the procurement process, reinforcing the importance of adherence to deadlines and safety standards.
    The document pertains to Request for Quotation (RFQ) 140P8625Q0015, issued by the National Park Service (NPS) for the maintenance of sewer lift pump wet wells at the Maritime Museum Building within the San Francisco Maritime National Historical Park. The solicitation is aimed solely at Small Business concerns, with a response deadline set for February 10, 2025, at 3:00 PM PST. The scope of work includes maintenance duties, licensed contractor requirements, and site visit schedules, emphasizing the importance of adhering to safety regulations, including OSHA standards. The evaluation criteria for contractor proposals will focus on price, relevant experience, past performance, and compliance with contractor licensing. Offerors must be registered in the System for Award Management (SAM) and provide comprehensive documentation, including relevant experience forms and signed acknowledgments of amendments. The contract is expected to be a Firm-Fixed-Price agreement, reflecting a commitment to safety, quality, and thoroughness in preserving historical infrastructure. The overarching goal is to ensure maintenance aligned with the park's operational standards while fostering opportunities for small businesses within the contractual framework.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    GATEWAY ARCH NATIONAL PARK (JEFF) REQUIRES SEDIMEN
    Buyer not available
    The National Park Service (NPS) is seeking qualified small businesses to provide sediment trap cleanout services at Gateway Arch National Park in St. Louis, Missouri. The project involves vacuuming and cleaning three stormwater sediment traps, requiring the contractor to supply all necessary labor, equipment, and supervision, as outlined in the attached scope of work. This service is crucial for maintaining the park's sewage and waste facilities, ensuring compliance with federal regulations while promoting efficient park maintenance. Interested contractors must submit their quotations by March 21, 2025, with the performance period scheduled from April 1 to April 30, 2025. For further inquiries, contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294.
    Circle X WELL REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for the Circle X Well Repair project located in the Santa Monica Mountains National Recreation Area. This procurement aims to address emergency repairs needed for the Circle X Well, which is crucial for providing safe, bacteria-free water to the park's public and private sources, including the re-lining of the well casing and ensuring compliance with safety standards. The selected contractor will be awarded a firm fixed-price contract based on best value considerations, with performance expected from March 21 to April 4, 2025. Interested small businesses must submit their quotes electronically by March 19, 2025, and can contact Patty Payne at PattyPayne@nps.gov or 559-730-6435 for further details.
    Manure Removal Services-Washington D.C. Metro Area
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking qualified small businesses to provide manure removal services for the United States Park Police's Horse Mounted Patrol Unit in the Washington D.C. Metro Area. The contract, designated as a Firm-Fixed Price award, requires vendors to manage all aspects of manure removal, including providing dumpsters and ensuring compliance with disposal regulations, with an initial term from April 16, 2025, to April 15, 2026, and options for four additional years. This procurement is crucial for maintaining sanitary conditions at the stables, supporting the operational efficiency of the equestrian unit. Interested vendors must submit their quotes electronically to Michelle Shoshone at michelleshoshone@nps.gov by 5:00 PM EST on March 24, 2025, and are encouraged to demonstrate their capabilities in accordance with the outlined requirements.
    INSPECT AND CLEAN POTABLE WATER TANK
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to inspect and clean a 50,000-gallon potable water tank at Walnut Canyon National Monument in Arizona. The procurement requires bidders to provide all necessary labor, materials, and equipment, with a contract execution timeline set from April 14, 2025, to August 15, 2025. This initiative underscores the importance of maintaining essential infrastructure for public health and safety while supporting small business participation in federal contracting. Interested parties must submit their quotations by March 25, 2025, and can direct inquiries to Dennis Zoltak at denniszoltak@nps.gov or call 720-670-0856.
    INDE - CHILLED WATER PIPING INSPECTION
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a chilled water piping inspection at Independence National Historical Park in Philadelphia. The project aims to evaluate the condition and remaining service life of the park's chilled water piping system, which is crucial for maintaining the operational integrity of significant historical structures such as Independence Hall and the Liberty Bell. Contractors will conduct minimally intrusive inspections using video cameras and ultrasonic thickness measurement tools over a span of up to 1,000 feet of piping, with the inspection period scheduled from April 1, 2025, to May 16, 2025. Interested small businesses must submit their quotes electronically by March 20, 2025, and can contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325 for further information.
    Z--SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the inspection and cleaning of a 50,000-gallon potable water tank at Sunset Crater National Monument in Arizona. The project requires contractors to perform thorough inspections using remotely operated vehicles (ROVs) or divers, ensuring compliance with environmental and safety standards, while also providing detailed reports with photographs and recommendations. This initiative underscores the importance of maintaining safe and reliable public water systems, with a total small business set-aside to encourage participation from small enterprises. Interested contractors must submit their quotes by March 14, 2025, and can contact Rebecca Myers at rebeccamyers@nps.gov or 719-715-3625 for further information.
    J--Gateway Arch National Park requires the backflow r
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for a service contract focused on the replacement of backflow preventers at Gateway Arch National Park in St. Louis, MO. The project requires contractors to provide labor, materials, equipment, and supervision for the replacement of two backflow preventers, with a performance period scheduled from April 1, 2025, to May 31, 2025. This procurement is significant for maintaining the park's infrastructure and ensuring compliance with safety regulations. Interested small businesses must submit their quotes by 1:00 PM MST on March 28, 2025, and can direct inquiries to Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.
    Scaffolding for Vicksburg National Military Site -
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking small businesses to provide scaffolding for the New York Monument at Vicksburg National Military Park in Mississippi. The procurement involves the design, erection, assembly, and installation of OSHA-compliant scaffolding to facilitate necessary cleaning and masonry work on the historic granite obelisk monument, which requires access to all sides and surfaces. This project underscores the government's commitment to preserving historical sites while ensuring safety and quality standards during the work process. Quotes are due by April 23, 2025, following a site visit on March 12, and interested parties can contact Franklin Mahan at franklinmahan@nps.gov or 240-741-3727 for further information.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.