Y--JOMU IRRIGATION SYSTEM REHABILITATION
ID: 140P8525Q0015Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 15, 2025, 7:00 PM UTC
Description

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 brian_roppolo@nps.gov, and all work must comply with federal regulations and environmental standards.

Point(s) of Contact
Files
Title
Posted
Apr 24, 2025, 3:09 PM UTC
The John Muir National Historic Site is set to undergo an irrigation system rehabilitation project to replace a failing 15 to 30-year-old irrigation system essential for preserving the park's historic landscape. The project aims to enhance irrigation coverage to nine acres, facilitating the care of mature ornamental trees, orchards, and gardens. Key project specifications include trenching for new irrigation lines, reconnection of historic wells, and adherence to the National Historic Preservation Act (NHPA) and the National Environmental Policy Act (NEPA). The contractor will manage all aspects of installation, safety, and environmental protection, while ensuring the site remains accessible to the public during construction. Specific safety and quality control measures are outlined, including restrictions on work hours, the need for archaeological monitoring, and procedures for addressing any discovered cultural resources. Daily operations will focus on minimizing disturbances, protecting existing vegetation, and managing waste responsibly. Successful completion will require coordination with park management and compliance with local codes and regulations, ultimately aiming for an efficient and sustainable irrigation system that honors the site’s historical significance.
Apr 24, 2025, 3:09 PM UTC
The document outlines the project specifications for the rehabilitation of the irrigation system at the John Muir National Historic Site, managed by the National Park Service. The project entails replacing a failing irrigation system that has been in place for 15 to 30 years, vital for maintaining the park's 9-acre historic landscape, including ornamental trees, orchards, and gardens. The new system will expand irrigation coverage to additional orchards. Work will be conducted under strict guidelines, including adherence to the National Historic Preservation Act and National Environmental Policy Act, which ensure minimal disruption to the site's public access and environmental integrity. The document details the project scope, including installation requirements, work phases, safety procedures, public interaction protocols, and environmental protection measures. It emphasizes contractor responsibilities regarding potential cultural resource discoveries and mandates quality control through accurate documentation and compliance with local regulations. The contract encompasses the execution, closeout procedures, and necessary submittals, aiming to enhance the historic landscape while ensuring safety and compliance throughout the project timeline.
Apr 24, 2025, 3:09 PM UTC
The document is an amendment (140P8525Q0015 Amendment 0001) related to a government solicitation process. Its primary purpose is to update the specifications of the solicitation and to provide responses to Requests for Information (RFIs) accumulated during the solicitation period. The amendment replaces the initial attachment with revised specifications dated April 24, 2025, which include new details on archaeological monitoring and five pages of schematic drawings. Importantly, the closing date for submissions remains unchanged as May 15, 2025, at 12:00 PM PDT. Additionally, information on the solicitation has been updated on SAM.gov to reflect these changes, indicating a structured approach to maintaining accurate solicitation documentation. The amendment underscores the necessity for contractors to acknowledge receipt of changes in a timely manner to ensure that their offers are considered valid. Overall, this amendment reinforces the government's commitment to transparency and clarification during the bidding process.
Apr 24, 2025, 3:09 PM UTC
The Department of the Interior, National Park Service (NPS), is issuing a Request for Quotation (RFQ) for the replacement of the irrigation system at the John Muir National Historic Site. This project, designated as a sealed bid solicitation, is specifically open to Small Business concerns, adhering to the North American Industry Classification System (NAICS) code 238220, with a size standard of $19 million. The estimated construction cost ranges from $100,000 to $250,000. Contractors must submit their proposals by May 15, 2025, at noon Pacific Standard Time, with inquiries directed to Contracting Officer Brian Roppolo. The contract will require performance and payment bonds, and adequate past performance documentation is needed for evaluation. The project aims to ensure that contractors deliver mobilization, labor, materials, and site cleanup. All work must comply with Federal Acquisition Regulations, labor standards, and environmental considerations. The project timeline anticipates a performance period from June 1, 2025, through January 17, 2026, emphasizing a thorough evaluation process based on price, technical capability, and past performance to ensure quality outcomes.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
J--Repair of Fire Suppression at Yosemite Residences
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor to perform repairs on the fire suppression systems at residences within Yosemite National Park. The project involves a firm fixed-price contract to address deficiencies identified during annual testing, including reconfiguring sprinkler layouts and replacing specific sprinkler heads, while ensuring compliance with National Fire Protection Association standards. This procurement is crucial for maintaining safety and compliance in park facilities, with an estimated construction magnitude between $100,000 and $250,000. Interested small businesses must have an active SAM registration and are encouraged to direct inquiries to Timothy Modjeski at Modjeski, Timothy, via email at TimModjeski@nps.gov or by phone at 303-819-9916. The RFQ is expected to be available electronically on or around May 5, 2025, with proposals due 30 days after issuance.
Y--SARA 257238 SARATOGA BATTLEFIELD TOUR STOP 7 DRAINAGE ISSUES
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to address drainage issues at Tour Stop 07 of the Saratoga National Historic Park. The project involves site construction activities, including grading and the installation of a drainage system, with a budget range of $250,000 to $500,000. This initiative is crucial for preserving the historical integrity of the site while ensuring visitor safety and minimizing disruption during construction. Interested contractors must submit their responses to the Sources Sought Notice by May 5, 2025, with a Request for Proposals anticipated by June 15, 2025. For further inquiries, potential bidders can contact Malissa Crofoot at malissacrofoot@nps.gov or by phone at 720-607-3973.
CARE 265911 Post Construction Seeding
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the CARE 265911 Post Construction Seeding project at Capitol Reef National Park. The contract involves comprehensive revegetation efforts across six sites totaling 11.28 acres, including hydroseeding, mulching, hand seeding, and planting nursery-grown plants, with a performance period extending until December 30, 2026. This initiative is crucial for ecological restoration following road and parking lot reconstruction, ensuring compliance with National Park Service regulations and maintaining site safety for visitors and workers. Interested parties must submit their quotes by May 14, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
BATHHOUSE FOUNTAIN REPAIR
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the Bathhouse Fountain at the San Francisco Maritime National Historical Park. The project involves the removal of damaged panels, cleaning the sub-structure, and installing new slate wall and terrazzo basin panels, with an estimated budget of under $25,000. This initiative is crucial for preserving the historical integrity of the site while ensuring public safety and compliance with federal standards. Interested small business contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Patty Payne at PattyPayne@nps.gov or call 559-730-6435.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.
F--Dune Climb Well Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Quote (RFQ) for the Dune Climb Well Replacement project at Sleeping Bear Dunes National Lakeshore in Empire, MI. This project involves drilling a new well approximately 90 feet deep, connecting it to the comfort station water system, and abandoning the old well in compliance with local regulations. The contract, valued between $25,000 and $100,000, is set aside exclusively for small businesses, with a firm-fixed price expected to be awarded by early July 2015, and performance commencing in July 2025. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details, and are encouraged to attend a site visit to better understand the project requirements.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
Y--REHABILITATE 4 LAZY F RANCH PHASE I GRTE 237343
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the 4 Lazy F Ranch cabins as part of a design/build project at Grand Teton National Park in Wyoming. The project involves installing a new sanitary sewer collection system and a potable water distribution system, with an estimated construction cost between $1 million and $5 million. This initiative is crucial for restoring the water and wastewater systems to support seasonal park housing, ensuring compliance with operational standards and enhancing visitor experience. Interested businesses are encouraged to respond to the Special Notice by May 9, 2025, and can direct inquiries to Jason Longshore at JasonLongshore@nps.gov or by phone at 303-969-2288.