P--Crystal Creek Camp Demolition, NPS-WHIS
ID: 140P8425Q0004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting quotations for the demolition of Crystal Creek Camp located in the Whiskeytown National Recreation Area, California. The project aims to safely dismantle various structures, including those containing hazardous materials like asbestos, while ensuring compliance with environmental and safety regulations. This initiative is part of the federal commitment to restore natural conditions in national recreation areas and enhance public health and safety. Interested small business contractors must submit their bids by the specified deadline, and for further inquiries, they can contact Rocio Gomez Macias at rocio_gomezmacias@nps.gov or by phone at 415-464-5204.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a quote sheet attached to RFQ No. 140P8425Q0004, concerning the demolition project at Crystal Creek Camp in Whiskeytown National Recreation Area. It outlines the requirements for bidders, emphasizing the necessity of submitting comprehensive pricing for all specified line items. The project entails several contract line item titles, including mobilization and demobilization, hazardous waste abatement, well abandonment, site demolition, and site grading and restoration, each to be priced on a lump-sum basis. Quoters must ensure that their offers conform to solicitation documents, with errors in calculations favoring unit price interpretations. The Grand Total section at the bottom is intended for bidders to summarize their total pricing, rounded to whole dollars. The overall purpose of the document is to invite bids for this government project while ensuring adherence to specific pricing and documentation standards. This reflects typical protocols in federal and local government contracting processes.
    The Crystal Creek Camp Demolition Project at Whiskeytown National Recreation Area aims to systematically dismantle various structures and features within the camp area. This project includes the demolition of buildings, retaining walls, playgrounds, water features, and other amenities, while also emphasizing the protection of certain masonry structures and drainage systems. Specific tasks outlined in the plan include the removal or abandonment of wellheads, septic tanks, and fencing, ensuring safe disposal and compliance with environmental regulations. The detailed plans feature a variety of building numbers and structures, all designated for demolition, indicating a comprehensive assessment of the site. This endeavor reflects the federal initiative to manage and improve national recreation areas by removing outdated or unsafe facilities and restoring the environment, thereby enhancing the visitor experience and ecological integrity of the area. The project adheres to outlined federal standards for demolition and environmental impact.
    The project involves the demolition of the Crystal Creek Camp at Whiskeytown National Recreation Area, a site previously utilized for housing inmate firefighters and later as a juvenile detention facility. The aim is to remove obsolete structures, including known asbestos-containing buildings, and restore the area to natural conditions. The scope includes site clearance, debris removal, grading, and environmental safeguards to prevent pollution. Contractors are responsible for adhering to legal regulations while executing the work, which will take place in a closed area to the public. Key requirements include submitting various plans (safety, waste management, and pollution prevention) before commencing work. Safety protocols involve maintaining an Accident Prevention Plan and ensuring all personnel are adequately trained. Additionally, waste management and recycling initiatives are mandated to minimize environmental impact, and final documentation is required through a site survey post-demolition. The project encapsulates a commitment to environmental stewardship while ensuring compliance with federal and state regulations, showcasing a structured approach typical of government RFP processes.
    The Whiskeytown National Recreation Area's Crystal Creek Camp Demolition Project aims to systematically dismantle various structures within the designated site while ensuring environmental and safety protocols are upheld. The project encompasses detailed plans for architectural demolition, grading, and erosion control, detailing the removal of buildings, fences, and utilities. Specific plans highlight potential hazards, such as asbestos and underground storage tanks, necessitating careful management to mitigate health risks. A grading plan aims for proper drainage and restoration of the landscape, ensuring a smooth transition to existing terrain. Additionally, a conceptual site plan provides insight into future developments for the area, including trails, camp sites, and facilities. This initiative underscores the federal commitment to maintaining environmental integrity and safeguarding public health during the demolition process while preparing the site for potential future use.
    The document outlines Wage Determination No. 2015-5627 under the Service Contract Act by the U.S. Department of Labor, detailing minimum wage rates for various occupations in California's Shasta County. It specifies that contracts effective from January 30, 2022, must pay at least $17.75 per hour, while older contracts without renewals must adhere to a lower rate of $13.30 per hour. The determination includes a comprehensive list of occupations with associated wage rates and required fringe benefits, such as health and welfare benefits, vacation, and paid holidays. Specific provisions for uniform allowances, paid sick leave, and hazardous pay differentials are described. The document emphasizes compliance with federal directives, particularly for contractors servicing federal contracts, ensuring protection and fair wages for employees involved in various service occupations. This wage determination serves as a regulatory standard for labor in federally contracted services, ensuring proper compensation in alignment with established federal policies.
    The document is an attachment to RFQ No. 140P8425Q0004, detailing the Offeror Representations and Certifications for commercial products and services, as mandated by the federal procurement process. Its primary purpose is to ensure compliance with various regulations, including ownership definitions, business classifications (e.g., small, disadvantaged, women-owned), and certifications required for government contracts. Key points include the definitions of terms such as "small business concern," "service-disabled veteran-owned small business," and "economically disadvantaged women-owned small business," which help determine eligibility in federal contracts. The document requires offerors to represent their compliance regarding child labor laws, tax liabilities, and restrictions on business operations in certain countries, notably Sudan. Essential certifications include adherence to the Buy American Act, Trade Agreements, and responsibilities concerning federal tax liabilities or felony convictions. The document also establishes the importance of transparency in communications regarding waste, fraud, and abuse, emphasizing that entities cannot restrict employees from reporting such issues. Overall, this attachment serves as a comprehensive guide for proposing entities to confirm their qualifications and commitments necessary for federal contracting, aligning with federal guidelines and ensuring responsible business practices.
    The document serves as a template for quoters to outline their relevant experience and past performance in response to a federal request for proposals (RFP). It emphasizes the importance of demonstrating technical capability by listing previous projects similar in nature and scope. Quoters are required to provide details for each project, including contract number, amount, project title, dates performed, agency or owner, contact person, and a description of the work performed. This structured approach ensures that the government can evaluate the qualifications and reliability of potential service providers effectively. The document highlights the necessity for references from past customers to validate the quality of products or services rendered, which is essential for the selection process outlined in the RFQ (Request for Quotation) No. 140P8425Q0004, specifically tailored for commercial products and services. Overall, the purpose is to gather comprehensive evidence of a quoter's experience and performance history to facilitate informed decision-making by the government.
    The report outlines limitations on subcontracting for the contract number 140P8425Q0004, designated as a Total Small Business set aside. It emphasizes the necessity for ensuring that a certain percentage of the contract's value is retained by the prime contractor, limiting the fiscal contributions made to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). As of the provided dates, no payments have been made to either category of subcontractors. The limitation on subcontracting percentage is calculated based on the total amount paid to the prime contractor and total amounts paid to NSS, highlighting the fundamental goal of this reporting mechanism to uphold small business engagement while ensuring equitable distribution of federal funds. The primary purpose of the document is to monitor adherence to these limitations, supporting the broader accountability efforts in government contracts, particularly within federal RFPs and grants aimed at fostering small business participation.
    The Request for Quotation No. 140P8425Q0004 pertains to the demolition of Crystal Creek Camp at Whiskeytown National Recreation Area. The document includes detailed questions and answers addressing contractor inquiries received by February 14, 2025. Key topics include budget disclosure, site utilities, security requirements, and necessary licenses for contractors. The government will not disclose its budget estimate, leaving contractors to propose competitive quotes based on their assessments. Specific job requirements necessitate active California Contractor Licenses, particularly for abatement and well decommissioning work. An amendment clarifies that while this license is not a pre-award verification requirement, it must be provided post-award. The amendment also updates the Statement of Work, includes new attachments for clarification, and confirms there is no need for bid bonds. This Request for Quotation demonstrates the government's intention to effectively manage site demolition while ensuring contractor compliance with state licensing requirements and safety regulations. The thorough Q&A format serves to aid contractors in preparing accurate bids and understanding project scope and specifications.
    The document outlines the proposal for the demolition of Crystal Creek Camp within the Whiskeytown National Recreation Area (PMIS No. 319078). It includes various appendices, such as county well records, state water board tank closure records, and a bridge inspection report for the Crystal Creek Truss Bridge. The report reveals that the bridge is in fair condition but exhibits significant issues like vegetation growth, rusting, cracked welds, and debris accumulation impacting structural integrity. Rehabilitation recommendations include installing guardrails, protective measures against erosion, and clearing vegetation, with a preliminary cost estimate of $80,000 for these actions. Additionally, various daily inspection forms detail contractor activities, weather conditions, and safety comments relative to the demolition project. The purpose of the document is to facilitate the safe and thorough management of the demolition process while adhering to federal standards and regulations. This aligns with government RFPs and grants aimed at maintaining safety and environmental compliance in public work projects.
    The U.S. Department of the Interior's National Park Service is seeking bids for the demolition of Crystal Creek Camp within Whiskeytown National Recreation Area, Shasta County, California. This project involves the removal of existing structures and site features, debris clearance, rough grading, erosion control, and hazardous waste abatement due to the presence of asbestos. The contractor is required to manage labor, supervision, and equipment, ensuring compliance with all relevant laws. The demolition is to be completed within 90 days and must avoid specific buildings during the bat maternity season, from April to August. The solicitation will follow FAR Part 12 procedures for commercial services and is exclusive to small businesses, in accordance with the NAICS code 238910. The RFQ will be available around December 28, 2024, with a 21-day response window. A site visit will be offered to interested bidders, though attendance is not mandatory. Currently, funding for this effort is not available, but there is a strong expectation of future funding. The government reserves the right to cancel the solicitation at any time without obligation to reimburse bidders for their costs.
    This document is an amendment (0001) to the solicitation 140P8425Q0004 regarding the Crystal Creek Camp Demolition project at Whiskeytown National Recreation Area, Shasta County, California. It outlines the requirements for contractors to acknowledge receipt of the amendment by specified methods to avoid rejection of their offers. The amendment includes responses to all inquiries regarding the solicitation, a summary of the changes made, and additional attachments, which consist of a Q&A summary, appendices to the Statement of Work, and photographic documentation. The effective period for performance is set from September 1, 2025, to December 31, 2025. The amendment serves to clarify and provide necessary information for contractors participating in the bidding process, ensuring compliance with federal regulations regarding contractor communications and contract modifications.
    The document outlines a Request for Quotation (RFQ) for the demolition of Crystal Creek Camp at Whiskeytown National Recreation Area, California, managed by the National Park Service (NPS). The project involves selecting a contractor for demolishing existing structures, debris removal, site grading, erosion control, and hazardous waste abatement due to the presence of asbestos. The intended work duration is approximately 90 days, scheduled post-bat maternity season, between September 1 and December 31, 2025. As a small business set-aside initiative, only small business concerns are invited to submit quotations. Key components of the solicitation include contract clauses, site safety plans, and the necessity for contractor's past performance evaluations. The contractor is also required to comply with various FAR clauses, including those related to labor standards, subcontracting limitations, and mandatory insurance provisions. The document emphasizes the importance of adhering to federal, state, and local laws throughout the project's execution. Overall, the RFQ reflects the government's ongoing commitment to safety, compliance, and environmental preservation in public service projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--Reroof Diamond X Ranch Maintenance Shop, SAMO
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the reroofing of the Diamond X Ranch Maintenance Shop located in the Santa Monica Mountains National Recreation Area. The project involves replacing the roofs of the main center and east sections of the shop, requiring contractors to provide all necessary labor, materials, supervision, and equipment, while adhering to federal procurement standards and safety regulations. This initiative is crucial for maintaining the infrastructure of government properties and ensuring public safety, with an estimated project cost between $100,000 and $250,000. Interested small businesses must submit their quotations by the specified deadline and can direct inquiries to Quinn Rankin at quinnrankin@nps.gov.
    Nolin River Lake Office Demolition
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes essential tasks such as asbestos removal, site grading, and adherence to safety and environmental regulations, with an estimated construction cost ranging from $100,000 to $250,000. This opportunity is exclusively set aside for small businesses under NAICS code 238910, and the contract will be awarded to the lowest bidder, requiring performance and payment bonds. Interested contractors must submit their quotes by March 7, 2025, and are encouraged to conduct a site visit prior to bidding. For further inquiries, contact Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    Y--BICY 229154
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex, designated as project number 140P2024R0084. The project involves constructing a 5,142 square foot facility that includes administrative spaces and utilities, with an estimated contract value between $1 million and $5 million. This initiative is part of the government's efforts to enhance infrastructure within national parks, ensuring safety and operational efficiency. Interested bidders, particularly women-owned small businesses, must submit their proposals by February 28, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    LANDS-REDW 12-187 SURVEY
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors to provide professional land surveying services for boundary surveys at Redwood National Park in California, specifically for tracts 12-89, 12-90, and 12-91. The project aims to establish boundaries, mark lines, and investigate potential encroachments from adjacent private properties, ensuring compliance with federal and state regulations. This procurement is critical for effective land management and preservation within the National Park System, contributing to the protection of natural resources and historical markers. Interested small businesses must submit their quotes by February 20, 2025, with questions due by February 11, 2025, and can contact Luis Cibrian at luiscibrian@nps.gov for further information. The total budget for this project is approximately $19 million, with a contract period expected from February 25, 2025, to December 5, 2025.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    YOSE REPLACE WELCOME CENTER ENTRY DOORS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for the replacement of entry doors at the Yosemite Valley Welcome Center in Yosemite National Park. The project involves the demolition of existing glass doors and the installation of new aluminum storefront doors, including modifications to power assist systems and electrical controls, all while minimizing disruption to public access. This initiative is part of the government's commitment to enhancing park facilities, with an estimated project value between $25,000 and $100,000, and a performance period of 60 days following the notice to proceed. Interested small businesses must submit their quotes by March 5, 2025, and direct any questions to the contracting officer, Brian Roppolo, at brianroppolo@nps.gov or by phone at 206-220-4215.
    Roof Coatings at Canyonlands National Park IAW Sta
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotations for roof coatings at Canyonlands National Park in Utah, specifically for re-coating an existing Chlorosulfonate Polyethylene (CSPE) membrane roof. The procurement requires suppliers to provide fluid applied roofing materials, including a Butter Grade sealant, a specially formulated membrane cleaner, embedment fabric, and both base and top coats, all adhering to stringent technical specifications. This initiative is crucial for maintaining the park's infrastructure and ensuring compliance with federal procurement regulations while promoting local and small business participation. Interested vendors must submit their quotations by the specified deadline, with delivery of materials required within a 21-day window following contract award, and can contact Kimberly Steele at kimberlysteele@nps.gov or 720-670-4557 for further information.
    CRLA 245275 - Intelligent Transportation System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of an Intelligent Transportation System (ITS) at Crater Lake National Park, under solicitation number 140P2025R0017. The project aims to enhance visitor safety by installing solar-powered, radar-activated roadway signs, portable changeable message signs, and web cameras to monitor conditions, with a construction magnitude estimated between $250,000 and $500,000. This initiative is crucial for improving traffic flow and reducing accidents within the park, reflecting the National Park Service's commitment to operational efficiency and visitor safety. Interested small businesses must submit sealed bids within 10 calendar days following the award notice, with project completion anticipated within 120 days; for inquiries, contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035.
    Replace Windows Building 1199 - GOGA
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of windows in Building 1199 at the Golden Gate National Recreation Area. The project involves the removal and installation of multiple windows, including specific dimensions for each, with a focus on restoring the building's aesthetic and functional quality while adhering to federal and state regulations. This initiative is part of the government's commitment to maintaining national park facilities and ensuring compliance with labor standards, as the project is set aside for small businesses under NAICS code 238150, with an estimated cost between $25,000 and $100,000. Interested contractors must submit their proposals by March 4, 2025, and are encouraged to attend a site visit scheduled for February 19, 2025; for further inquiries, contact Quinn Rankin at quinnrankin@nps.gov.