J--GAOA - PINK HOUSE LIFT STATION
ID: 140L2624R0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The Department of the Interior, specifically the Bureau of Land Management's Idaho State Office, is soliciting proposals for the GAOA - Pink House Lift Station project, which involves the construction and upgrade of essential infrastructure in Orofino, Idaho. The project requires a firm-fixed price construction contract with a budget estimated between $250,000 and $500,000, and it is set aside for total small business participation under the Small Business Administration guidelines. This initiative is crucial for enhancing local wastewater management systems and ensuring compliance with federal regulations, including the Davis-Bacon Act and the Nez Perce Tribal Employment Rights Ordinance. Interested contractors must submit their proposals by September 9, 2024, and can direct inquiries to Patricia Fort at pfort@blm.gov or by phone at 208-373-3910.

    Point(s) of Contact
    Fort, Patricia
    (208) 373-3910
    (208) 373-3915
    pfort@blm.gov
    Files
    Title
    Posted
    The Pink House Lift Station project in Clearwater County, Idaho, involves a federal solicitation aimed at improving lift station infrastructure. The bidding process, outlined in Solicitation 140L2624R0002, requires contractors to submit compliant proposals by August 27, 2024, with a budget ranging from $250,000 to $500,000. Proposals will be evaluated based on a Lowest Price Technically Acceptable (LPTA) model. Key project elements include adherence to Davis-Bacon Act wage requirements, compliance with Tribal Employment Rights Ordinances, and allowances for heavy construction, including environmental considerations. The project scope includes upgrades to the lift station, ensuring compliance with current codes, and a 250-day operational timeline. Specific project challenges entail space constraints due to environmental features like trees and adjacent property lines. Contractors must secure necessary permits, manage waste material recycling, and follow specific inspection and payment procedures. Communication during the pre-bid tour revealed critical technical specifications, including requirements for piping and electrical junction box locations, indicating the Government's expectations for code compliance and reliability of equipment. Overall, the pre-bid notes establish a clear framework for contractors, ensuring that all aspects of the lift station improvements are documented for successful execution.
    The solicitation NO: 140L2624R0002 pertains to the GAOA - Pink House Lift Station project, inviting contractors to submit bids for several construction components over a period of 250 calendar days following the Notice to Proceed. The bid schedule outlines tasks including mobilization and demolition, lift station construction, backup power construction, and electrical work. Additionally, bidders must account for a Nez Perce Tribal Employment Rights Ordinance (TERO) fee of 3.5% of the contract amount, which is required to be paid upon contract award. Contractors must consult with the TERO Office to devise an implementation plan adhering to local regulations, a stipulation that extends to all subcontractors involved. Overall, the document highlights the project's scope, expected engagements, and the associated regulatory obligations linked to TERO compliance, reflecting the federal government’s emphasis on promoting local employment rights and standards in public works contracts.
    The document outlines the requirements for submitting a bid guarantee in response to federal solicitations. It specifies that the Principal must provide their full legal name and business address on the bond form, which must be signed by an authorized representative. The bond amount can be a percentage of the bid price, subject to a specified maximum dollar limit. Various conditions for sureties are established, including that corporate sureties must be on the Treasury's approved list, and individual sureties must provide certain documentation. The instructions emphasize the necessity for corporate seals, proper identification of signers, and the interchangeable use of terms like "bid" and "proposal" in the context of negotiated contracts. This document is crucial for ensuring compliance with government contracting regulations, detailing the responsibilities of bidders, and establishing the criteria for acceptable sureties, thereby underpinning the integrity of the bidding process within government procurements.
    This document pertains to an amendment of a government solicitation (140L2624R0002) involving changes to a contract and adjustment of terms related to a procurement process. The amendment outlines the procedure for acknowledging receipt, which is critical for the validation of offers. It includes the incorporation of questions and answers from a recent site inspection, emphasizing the relevance of the Nez Perce Tribal Employment Rights Ordinance (TERO) to the solicitation and resulting contract. Key details include the requirement for an administrative fee of 3.5% to be paid to the TERO Office upon award, as well as the stipulation that contractors meet with TERO before commencing work. The document also revises the bid schedule to include a line item for TERO and confirms that the solicitation closing date remains unchanged as August 27, 2024. The period of performance indicated spans from September 4, 2024, to May 24, 2025. This amendment is essential for ensuring that all bidders are informed of new requirements and for maintaining compliance with tribal regulations, facilitating a fair and transparent contracting process. Overall, the document serves to modify existing solicitation parameters to encompass crucial updates and conditions for prospective contractors.
    The document is an amendment to a solicitation, specifically federal RFP 140L2624R0002, which pertains to the GAOA - Pink House Lift Station maintenance, repair, and rebuilding of plumbing, heating, and waste disposal equipment. The amendment extends the closing date for submitting offers to September 9, 2024, at 10:00 AM MD. Quoters are required to acknowledge receipt of this amendment by completing specified blocks in the document and returning it to the issuing office. The period of performance for the contract is set from September 16, 2024, to May 31, 2025. It includes instructions on how to acknowledge the amendment and any changes to previously submitted offers. The document emphasizes the importance of timely communication regarding the amendment and maintains that all other terms and conditions remain unchanged. This amendment serves to clarify administrative changes and extend deadlines, ensuring clarity and compliance with the solicitation requirements.
    The government solicitation document outlines Request for Proposal (RFP) 140L2624R0002 for the GAOA - Pink House Lift Station project. It specifies a construction contract with a predetermined execution period of 250 calendar days post-award, emphasizing a firm-fixed price structure. The project is categorized under heavy construction with a cost estimate ranging from $250,000 to $500,000 and is set aside for total small business participation. Key deadlines include the proposal submission due by August 27, 2024, and local site visits. The award selection will use a “Lowest Price Technically Acceptable” method to ensure cost-efficiency without compromising quality standards. Compliance with construction wage rate requirements and various federal regulations is mandated, including Davis-Bacon Act provisions for laborers’ wages. The contractor must also maintain rigorous safety and environmental policies and regulations throughout the project. Overall, this document conveys the government's intention to solicit bids for essential infrastructure work while adhering to small business initiatives and federal compliance standards, thereby safeguarding public funds and promoting equitable participation in government contracting.
    The document pertains to the Pink House Lift Station Replacement project, managed by the U.S. Department of the Interior's Bureau of Land Management in Orofino, Idaho. It outlines the construction drawings and specifications necessary for replacing the existing lift station. Key elements include site plans, utility maps, and detailed construction notes specifying the various components like pumps, electrical systems, and civil infrastructure requirements. The project involves removing outdated equipment, installing new submersible chopper pumps, and upgrading electrical control panels to enhance operational efficiency and safety. Emphasis is placed on preserving existing structures while installing improvements, such as securing electrical connections, maintaining drainage, and ensuring adequate buoyancy for pipes. The drawings also indicate the installation of safety features like alarm systems and monitoring devices. The project aims to modernize the facility in compliance with federal regulations, demonstrating the government's commitment to maintaining essential services while prioritizing environmental concerns and community health standards during construction.
    The U.S. Department of the Interior has issued specifications for the replacement of the Pink House Lift Station in Orofino, ID, under Contract Numbers 140L0622D0002/140L0624F0012. The project encompasses general requirements, concrete work, plumbing, HVAC, electrical, and earthwork, and mandates adherence to strict quality control and documentation standards throughout construction. Contractors must coordinate site access, comply with work restrictions, and submit a detailed Schedule of Values to facilitate payment processes. Quality assurance and control measures are emphasized, with required testing and inspections to ensure compliance with the contract documents. The contractor is also responsible for maintaining daily and site-condition reports and facilitating effective communication with government representatives. This project reflects the federal government's commitment to managing infrastructure and ensuring that construction activities uphold safety and regulatory standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The United States Department of Agriculture, Forest Service, is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in the Payette National Forest, Idaho. This initiative, designated as a 100% Small Business Set-Aside, involves critical tasks such as installing new utilities, demolishing existing structures, and constructing a new laundry facility at the McCall Administrative site. The project is essential for maintaining infrastructure and enhancing living conditions within the national forest, with a budget estimated between $250,000 and $500,000 and a performance period from September 30, 2024, to October 30, 2025. Interested contractors must submit proposals by September 23, 2024, and can contact Brenda Simmons at brenda.simmons@usda.gov for further information.
    Z--Teton Dam 50th Commemoration Overlook Project
    Active
    Interior, Department Of The
    The U.S. Department of the Interior's Bureau of Reclamation is seeking qualified small business contractors for the Teton Dam 50th Commemoration Overlook Project, located approximately 5 miles northeast of Newdale, Idaho. The project aims to renovate the existing overlook site by replacing current asphalt overlooks with concrete structures, enhancing parking facilities, and installing new restroom amenities and picnic tables, with an estimated budget ranging from $1 million to $5 million. This initiative is significant for improving public access and amenities in the area while adhering to environmental standards. Interested small businesses, including Women Owned and HUBZone firms, must submit their qualifications and project experience by October 1, 2024, to Jason Baldwin at jbaldwin@usbr.gov.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    ID BOR SRAO 0017(1), Sportsman’s Park Transportation Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the Sportsman’s Park Transportation Improvements project located in Bingham County, Idaho. The project aims to execute full-depth reclamation, paving, striping, and minor drainage enhancements over a length of 1.5 miles, addressing the infrastructure needs of the park while promoting community recreational access. This initiative is part of a broader effort to improve public infrastructure, with an estimated contract value between $700,000 and $2,000,000, and is set aside for small businesses under the SBA guidelines. Interested vendors should monitor the SAM.gov website for solicitation documents expected to be available in winter 2024/2025 and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    LP Nur Janitorial
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Lucky Peak Nursery located in Boise, Idaho. The contract will cover comprehensive cleaning services for various facilities, including offices and restrooms, from September 30, 2024, to September 29, 2029, with options for four additional years. This procurement is vital for maintaining a clean and professional environment at the nursery, and it is set aside for small businesses under NAICS code 561720. Interested contractors must submit their technical and price proposals by email to Andrea Marks-Cash by 2:00 PM MDT on September 20, 2024, ensuring compliance with federal regulations and labor standards throughout the contract duration.
    C--Architect and Engineering (A&E) Indefinite Deliver
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualifications from small businesses for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architectural and Engineering (A&E) services valued at up to $16 million over five years. The contract will support complex projects across Idaho, Oregon, Montana, Washington, and Wyoming, requiring expertise in various engineering disciplines, including architecture, hydropower, civil, mechanical, and electrical engineering. This initiative is crucial for enhancing the management and development of water resources and infrastructure projects, ensuring compliance with environmental standards. Interested firms must submit their qualifications using the SF-330 form by September 20, 2024, and can direct inquiries to Lance Fleming at lfleming@usbr.gov or by phone at 208-378-5338.
    ID FLAP IDAHO NF17(1), Mt. Idaho Grade Road Rehabilitation
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the rehabilitation of the Mt. Idaho Grade Road under project ID FLAP IDAHO NF17(1) located in Grangeville, Idaho. The project encompasses approximately 6 miles of roadway improvements, addressing critical issues such as roadway subgrade instability and inadequate drainage, which have led to surface deterioration. This initiative is vital for enhancing access to local national forests and recreational areas, ensuring compliance with federal construction standards while promoting safety and efficiency in transportation infrastructure. Interested contractors must submit their bids by October 8, 2024, following the guidelines outlined in the solicitation documents, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    Priest Lake Road Maintenance and Heavy Brushing Project
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Priest Lake Road Maintenance and Heavy Brushing Project in Idaho. This procurement involves approximately 18 miles of heavy brushing and 1.2 miles of roadway excavation, aimed at improving road conditions and maintaining drainage features to ensure safe traffic conditions. The project is a total small business set-aside, emphasizing the importance of small business participation in federal contracts, with a performance period from October 1, 2024, to September 30, 2025. Interested contractors should submit their technical and price proposals, demonstrating compliance with federal regulations, to Shawn Trout at shawn.trout@usda.gov by the specified deadline.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.