H--GRAND CANYON NATIONAL PARK INSPECT OVERHEAD DOORS
ID: 140P1524Q0094Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

INSPECTION- MISCELLANEOUS (H399)

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 inspection and maintenance services for overhead doors at Grand Canyon National Park. The primary objectives include performing annual inspections and necessary repairs on a total of 73 overhead doors, with specific attention to one door requiring repair. This procurement is vital for ensuring the safety and operational efficiency of park facilities, contributing to the overall visitor experience and maintenance standards at one of the nation's most iconic natural landmarks. Interested parties must submit their quotations by August 22, 2024, at 10:00 AM Mountain Time, following a site visit scheduled for August 2, 2024. For further inquiries, potential bidders can contact Lindsay McLaughlin at lindsay_mclaughlin@nps.gov or by phone at 719-470-8678.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 0001 to Solicitation 140P1524Q0094 for service requirements at Grand Canyon National Park (GRCA) concerning the inspection and maintenance of 73 overhead doors, along with the repair of one specific door. The amendment serves to incorporate a revised Statement of Work (SOW) and responses to contractor inquiries, maintaining the original due date of August 19, 2024, for submissions. The work is set as a 100% Small Business set-aside, inviting all eligible businesses to submit proposals. The scope includes annual inspections, maintenance, and necessary repairs on various overhead doors located across multiple buildings, along with specific tasks such as inspecting and replacing components, ensuring safety features are operational, and generating a list of additional repairs if needed. The project requires completion of the outlined repair within 30 days and inspections within 90 days of contract award. The contractor will not receive lodging or facilities from NPS for the duration of work. Overall, this amendment formalizes project specifications and expectations to facilitate contract administration and ensure compliance with maintenance standards at the park.
    This document pertains to Amendment 0002 of solicitation number 140P1524Q0094 issued by the National Park Service (NPS) for service requirements at Grand Canyon National Park (GRCA). The amendment modifies the initial solicitation to extend the submission deadline for quotations regarding the annual inspection and servicing of 73 overhead doors at the park to August 22, 2024, at 10:00 AM Mountain Time. It specifies that all small business concerns are eligible to submit quotations, which will be considered if received by the specified closing date. The amendment details the acknowledgment process for receipt and changes to submitted offers, ensuring that all amendments are communicated effectively. The document also outlines the requirements for acknowledging receipt of the amendment and provides the contact information for electronic submissions. Overall, it reinforces the government’s commitment to promote small business participation in federal procurements while ensuring compliance with procurement protocols.
    The document outlines Request for Quotations (RFQ) number 140P1524Q0094 issued by the National Park Service for service requirements at Grand Canyon National Park. The primary task involves performing annual inspections and repairs on overhead doors, specifically servicing one door and inspecting a total of sixty. Key dates include a site visit scheduled for August 2, 2024, and a submission deadline for quotes by August 19, 2024. This RFQ is exclusively set aside for small business concerns, with a total small business size standard of $22 million under NAICS code 238290. Offerors must meet specific requirements and provide technical documentation, including prior experience, to demonstrate capability. Evaluation criteria will weigh price, technical ability, and previous project experience. All interested parties must register in the System for Award Management (SAM) before quotes are submitted. The document emphasizes compliance with various Federal Acquisition Regulation clauses that govern commercial product or service contracts, outlining the expectations for contractors regarding insurance, invoicing, and regulatory adherence. Overall, this solicitation demonstrates the government's commitment to utilizing small businesses while ensuring safety and quality service at national parks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--INDE - CUSTODIAL SERVICE CONTRACT
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is soliciting bids for a custodial service contract at Independence National Historical Park in Philadelphia, PA. The procurement aims to secure comprehensive janitorial services for various federal properties, including historical buildings and public facilities, ensuring cleanliness and maintenance in alignment with federal standards. This opportunity is particularly significant as it supports the preservation of national heritage while providing essential services to enhance visitor experiences. Interested small businesses must submit their quotes by September 11, 2024, to the primary contact, Gabriel Zambrano, at gabrielzambrano@nps.gov, with a site visit scheduled for August 28, 2024.
    Z--DEVA - AUTO SHOP VEHICLE LIFTS
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of two vehicle service lifts at the Death Valley National Park Auto Shop. The project involves the installation of hydraulic vehicle lifts, including necessary electrical and air supply connections, and is critical for maintaining operational efficiency in the park's maintenance facilities. This procurement is part of the government's commitment to ensuring safe and effective service capabilities within national parks, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit their sealed bids by the specified deadline, and for further inquiries, they can contact Caleb Overbaugh at caleboverbaugh@nps.gov.
    Z--RODENT INFESTATION WASTE CLEANUP
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for a federal contract focused on rodent infestation waste cleanup at the Boulder Beach Ranger Station within the Lake Mead National Recreation Area. The project entails the removal of hazardous materials, including insulation and HVAC systems contaminated by rodent activity, followed by renovations to enhance the building's resilience against future infestations. This initiative is crucial for maintaining safe facilities for both staff and visitors, ensuring compliance with federal and state safety regulations. Interested small businesses must submit their bids electronically by September 13, 2024, at 1:00 PM Pacific Time, with a project budget estimated between $100,000 and $250,000. For further inquiries, bidders can contact Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909.
    CUSTODIAL SERVICES-Santa Monica Mountains National
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for custodial services at the Santa Monica Mountains National Recreation Area, covering locations in Los Angeles and Ventura counties. The contractor will be responsible for maintaining cleanliness in various facilities, including offices, restrooms, and public spaces, with a performance period from September 23, 2024, to September 22, 2025, and options for additional services. This contract is vital for ensuring sanitary conditions and enhancing visitor experiences in the park, with a total small business set-aside under NAICS code 561720. Interested contractors must submit their quotes and register in the System for Award Management (SAM), with further inquiries directed to Tonia Gladen at toniagladen@nps.gov.
    N--Fire Sprinkler System Replacements
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of fire sprinkler systems in Apartments 94 and 96 at Glacier National Park. The project aims to install new dry pipe systems that comply with all relevant codes, ensuring the safety and protection of the park's facilities while minimizing disruption to residents during the scheduled work from October 2024 to March 2025. This procurement is critical for maintaining fire safety standards in federal facilities, particularly in sensitive environments like national parks. Interested small businesses must submit their proposals, including technical details and pricing, by the specified deadlines, with an estimated contract value between $100,000 and $250,000. For further inquiries, contractors can contact Colton Nelson at coltonnelson@nps.gov or by phone at 720-390-0199.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, including upgrades to wastewater collection, treatment systems, and the SCADA control network, while ensuring compliance with environmental regulations and sustainability standards. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted utility services for public use. Interested contractors must submit their proposals by September 17, 2024, and can direct inquiries to James Waller at jameswaller@nps.gov or call 303-969-2488.
    H--ANNUAL INSPECTION AND TESTING OF FIRE/BUR
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide annual inspection and testing services for fire and burglar detection and notification systems at the Golden Gate National Recreation Area in San Francisco, CA. The procurement aims to ensure compliance with national and local safety codes, including NFPA standards, by conducting thorough inspections and testing of various alarm systems across multiple facilities, including historic sites like Alcatraz and Fort Baker. This contract, which is set aside exclusively for small businesses, is anticipated to be a firm-fixed-price agreement with a performance period from October 1, 2024, to September 30, 2029. Interested contractors must submit their proposals by September 13, 2024, and can direct inquiries to Michael Gabriel at MichaelGabriel@nps.gov or by phone at 415-561-4790.
    N--CC ENTRANCE STATION HVAC UNITS - LAKE MEAD NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a construction contract to replace five HVAC units at the Cottonwood Cove Entrance Station within the Lake Mead National Recreation Area. The project aims to enhance facility management and environmental sustainability by upgrading the HVAC systems to meet specific energy efficiency standards, while ensuring minimal disruption to park aesthetics and visitor access. This total small business set-aside contract has an estimated value between $25,000 and $100,000, with a performance period from September 27, 2024, to December 27, 2024. Interested contractors must submit their quotations, including relevant experience and compliance with federal labor standards, by September 13, 2024, and can direct inquiries to Caleb Overbaugh at caleboverbaugh@nps.gov.
    Z--INDE - Independence Hall Clock Face Repair
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the repair of the Independence Hall Clock Face in Philadelphia, PA. The project involves replacing a damaged section of glass on the north-facing clock face, with a strong emphasis on historic preservation and the use of historically accurate materials and techniques. This initiative is crucial for maintaining the integrity of Independence Hall, a UNESCO World Heritage Site that attracts over 700,000 visitors annually. The contract, valued between $25,000 and $100,000, is set aside for small businesses, with a performance period of 45 days post-Notice to Proceed. Interested contractors must submit detailed quotes and comply with various federal regulations, including registration in the System for Award Management (SAM). For further inquiries, contact Gabriel Zambrano at gabrielzambrano@nps.gov or call 916-591-1513.
    GWMP - FM COMPOUND GATE REPAIR
    Active
    Buyer not available
    The National Park Service is seeking a contractor to replace or fabricate a cantilevered sliding vehicle gate at the George Washington Memorial Parkway Maintenance Facility in Arlington, Virginia. The project involves dismantling the existing gate, which is approximately 60 feet long and 20 years old, and installing a new gate with modern functionalities, including manual operation, remote controls, and automatic sensors, all while adhering to safety and regulatory standards. This procurement is crucial for maintaining infrastructure and enhancing security at the facility, with an estimated project cost between $100,000 and $250,000 and a performance period of 90 days from contract initiation. Interested small businesses must submit proposals by September 9, 2024, and can direct inquiries to Ruth Pagan at ruthpagan@nps.gov or call 240-931-8451.