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
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 3, 2025, 12:00 AM UTC
  3. 3
    Due Feb 14, 2025, 11:00 PM UTC
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
Feb 4, 2025, 12:05 AM UTC
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.
Feb 4, 2025, 12:05 AM UTC
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.
Feb 4, 2025, 12:05 AM UTC
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.
Feb 4, 2025, 12:05 AM UTC
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.
Feb 4, 2025, 12:05 AM UTC
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
Custodial Services at Sequoia and Kings Canyon NPs
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide custodial services at Sequoia and Kings Canyon National Parks. The contract will encompass cleaning and maintaining various visitor facilities, including restrooms and campgrounds, with an emphasis on adhering to safety regulations and using eco-friendly products. This procurement is vital for ensuring a clean and welcoming environment for park visitors, thereby enhancing their overall experience in these natural landscapes. Interested vendors must submit their quotes by 5:00 PM Pacific Time on May 13, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov.
Y--JOMU IRRIGATION SYSTEM REHABILITATION
Buyer not available
The Department of the Interior, National Park Service, is soliciting quotes for the rehabilitation of the irrigation system at the John Muir National Historic Site. The project involves replacing a failing irrigation system that has been in place for 15 to 30 years, which is crucial for maintaining the park's historic landscape, including ornamental trees, orchards, and gardens across nine acres. This procurement is set aside for small businesses, with an estimated construction cost ranging from $100,000 to $250,000, and proposals are due by 12:00 PM Pacific Standard Time on May 15, 2025. Interested contractors should direct inquiries to Brian Roppolo at brianroppolo@nps.gov, and all work must comply with federal regulations and environmental standards.
SUMMER PORTABLES FOR GOLDEN GATE NATIONAL RECREATI
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids for the rental and servicing of portable toilets and hand wash stations within the Golden Gate National Recreation Area in San Francisco, California. The project aims to enhance public access and sanitation during the summer months by installing portable restrooms at designated locations, including the West Bluff, East Beach Picnic Area, and Great Meadows, ensuring compliance with ADA standards. This initiative is crucial for maintaining public health and improving visitor experience in recreational areas during peak usage periods. Interested small businesses must submit their bids electronically by April 29, 2025, with the contract period running from June 30, 2025, to October 31, 2025. For further inquiries, contact Patty Payne at PattyPayne@nps.gov or call 559-730-6435.
Maintain Wawona Hotel Buildings & Premises
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide maintenance services for the Wawona Hotel buildings and premises located in Yosemite National Park, California. The procurement aims to ensure the preservation and upkeep of this historic site, which includes responsibilities such as structural maintenance, custodial services, groundskeeping, and management of heating, plumbing, and electrical systems. This initiative is vital for maintaining the integrity of a National Historic Landmark while enhancing visitor experiences in the park. Interested parties must submit their quotes by 5:00 PM Pacific Time on June 2, 2025, and may direct inquiries to Lisa Henson at lisahenson@nps.gov.
PUMPING NORTH RIM CONCRETE SEPTIC TANK
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide septic tank pumping and inspection services at the North Rim of the Grand Canyon National Park. The contractor will be responsible for all necessary labor, materials, and supervision to perform the pumping service and generate an inspection report, as outlined in the attached scope of services. This service is critical for maintaining the wastewater treatment facilities at the park, ensuring environmental compliance and operational efficiency. Quotations are due by 1:00 PM AZ time on May 22, 2025, with an anticipated award date on or before June 1, 2025. Interested parties should contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294 for further information.
OCEAN BEACH SAND MANAGEMENT
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids from small businesses for a sand management project at Ocean Beach, located within the Golden Gate National Recreation Area in San Francisco, California. The project aims to manage sand accumulation along the O'Shaughnessy seawall to maintain public access and protect surrounding areas, utilizing heavy equipment for sand movement. This procurement is significant for ensuring beach accessibility and environmental integrity, with a firm fixed price contract expected to be awarded for work commencing within 10 days of contract award and lasting until September 2, 2025. Interested parties should contact Juan Roman at juanroman@nps.gov or call 617-939-1144 for further details, and must submit their proposals electronically, adhering to the specified guidelines and deadlines outlined in the solicitation documents.
H--SERVICE BOILERS AT GOLDEN GATE NATIONAL RECREATION
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the servicing of boilers at the Golden Gate National Recreation Area in California. The project involves maintenance and repair of eight boiler units across various buildings, ensuring operational efficiency and safety while preserving the historical integrity of the sites. This procurement is a total small business set-aside, and interested contractors must demonstrate relevant experience and possess a valid California C-4 license. Proposals are due by May 7, 2025, with a site visit scheduled for April 30, 2025. For further inquiries, contact Patty Payne at PattyPayne@nps.gov or call 559-730-6435.
Storm Drain Repair @ JAGA
Buyer not available
The National Park Service, part of the Department of the Interior, is soliciting quotes for storm drain repair services at the James A. Garfield National Historic Site in Mentor, Ohio. The project aims to address drainage issues by providing comprehensive repair services, including the inspection and maintenance of catch basins and storm sewer lines, with a completion timeline of 45 calendar days from contract award. This initiative is crucial for maintaining the site's infrastructure and ensuring environmental compliance while preserving its historical integrity. Interested small businesses must submit their quotes by 12:00 PM ET on May 20, 2025, and direct any questions to Craig Bryant at CraigBryant@nps.gov or by phone at 440-717-3706 before May 12, 2025.
Propane Tank Replumbing & Testing at Yosemite NP
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide services for the replumbing, inspection, and testing of an 18,000-gallon above-ground propane tank at Yosemite National Park in California. The project aims to address substandard plumbing and potential leaks in the existing system, requiring contractors to supply necessary materials, including a temporary tank, and to adhere to local and state propane gas codes during the overhaul. This procurement is crucial for maintaining safety and operational standards within the park's infrastructure. Interested parties must submit their quotes by 5:00 PM Pacific Time on May 12, 2025, and direct any questions to Lisa Henson at lisahenson@nps.gov by April 29, 2025.
S--Custodial Services Christiansted NHS
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for custodial services at the Christiansted National Historic Site in the U.S. Virgin Islands. The contract, which is set for a duration of up to 12 months, requires the contractor to maintain cleanliness in various facilities, including public restrooms and historical sites, with a structured cleaning schedule that includes daily, weekly, and bi-weekly tasks. This procurement is vital for ensuring a clean and safe environment for visitors while preserving the historical integrity of the site. Interested small businesses must submit their bids by April 30, 2025, and can direct inquiries to Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.