Z--Olympic NP REHAB KALALOCH APTS
ID: 140P8325R0004Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER NORTH MABO (53000)GATLINBURG, TN, 37738, USA

NAICS

Residential Remodelers (236118)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)

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 proposals for the rehabilitation of the Kalaloch Apartments located in Olympic National Park, Washington. The project aims to modernize the facilities, including the replacement of roofs, HVAC systems, plumbing, and interior finishes, with a total estimated cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing living conditions within the park while ensuring compliance with federal regulations and environmental standards. Interested small businesses must submit their proposals by June 23, 2025, and can direct inquiries to Geraldine Larsen at geraldine_larsen@nps.gov.

    Point(s) of Contact
    Larsen, Geraldine
    geraldine_larsen@nps.gov
    Files
    Title
    Posted
    The document outlines the requirements set by the Federal Acquisition Regulation (FAR) 36.211(b) regarding the administration of construction contracts, particularly focusing on the definitization of equitable adjustments for change orders. It mandates that federal agencies document their policies and procedures related to these adjustments and provide data on the time it takes to definitize such changes. This information is crucial for ensuring transparency and accountability in construction contract modifications. More detailed guidance can be accessed through the provided DOI link. Overall, the document emphasizes the importance of clear procedures and timely processing of changes in construction contracts, aligning with standards for federal procurement practices.
    The document outlines architectural plans for the Kalaloch Apartments located in Olympic National Park, designed by registered architect Troy A. Ainsworth. The project includes the construction of four one-bedroom accessible units, adhering to various building codes including the 2018 International Building Codes and the Architectural Barriers Act Accessibility Standards (ABAAS). It features two accessible units compliant with ABAAS specifications, ensuring they are equipped with features such as lever door hardware, grab bars, and accessible routes connecting parking directly to these units. The plans indicate that all units will have fire-rated partitions and proper egress access, with designated accessible parking accommodated on-site. The project encompasses the demolition of existing structures and the installation of updated facilities with a focus on safety measures and sustainable construction practices. Detailed drawings provided include general site and floor plans, code summary, and accessibility requirements, indicative of the comprehensive nature of the planning process. This initiative reflects a commitment to developing inclusive living spaces while adhering to federal regulations and enhancing environmental considerations in park settings.
    The Olympic National Park Kalaloch Apartments project is a comprehensive construction initiative involving rehabilitation and modernization of park housing. The project includes safe removal and disposal of asbestos, renovation of electrical systems, demolition of existing structures, and installation of new energy-efficient fixtures and materials. Notable tasks encompass replacing aluminum windows with fiberglass units, upgrading HVAC systems, and implementing accessible pathways compliant with ABAAS regulations. The document outlines specific work restrictions, site usage limitations, and construction scheduling protocols, ensuring minimal disruption to the park environment and operations. A structured approach to project management is emphasized, requiring detailed coordination between various contractors and adherence to permit regulations. The overall aim is to improve the safety and quality of living conditions within the national park while complying with federal standards and environmental safeguarding.
    The document is a government solicitation file comprising extensive, seemingly corrupted text that may serve as a Request for Proposals (RFP) or grant processes at federal, state, or local levels. While much of the content is unreadable, the structure appears to include directives or guidelines for potential bidders or grant applicants, outlining necessary submission protocols, eligibility criteria, and project scopes. Specific sections may refer to requirements for project proposals, adherence to regulatory standards, budgeting considerations, deadlines for submission, and evaluation metrics for bids. Despite the corruption obscuring detailed insights, the document highlights its purpose of facilitating public contracts and guiding funding applications. The implications touch upon the importance of compliance in public sector projects and the transparency expected within the procurement process. Future applicants will likely need to ensure adherence to these guidelines despite the current lack of clarity in the text.
    The document outlines the solicitation details for a government contract, specifically solicitation number 140P8324R0003, focusing on general construction services under a small business set-aside program as per FAR clause 52.219-14. It emphasizes the requirement for contractors to adhere to a limitation on subcontracting whereby no more than 85% of the amount paid by the government can be allocated to non-similarly situated subcontractors, ensuring compliance with socio-economic program policies. The file specifies the reporting requirements for financial participation of similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS), reiterating the need for accurate calculations of payments excluding materials. Importantly, the document serves to enforce compliance and transparency in the use of federal funds in conjunction with small business support in construction projects. It emphasizes the obligations of prime contractors regarding subcontracting arrangements and financial distributions under this contract. Overall, the file illustrates the government's commitment to supporting small businesses while ensuring strict adherence to contractual and regulatory standards in federal contracting processes.
    The document outlines specific federal provisions related to government contracting, particularly focusing on compliance with arms control treaties and telecommunications regulations. The provision 52.209-13 requires offerors to certify they have not engaged in activities contributing to foreign violations of arms control agreements and mandates procedures for verifying compliance with the latest annual unclassified report on such treaties. Additionally, provision 52.204-24 prohibits the procurement of covered telecommunications equipment and services, emphasizing the importance of transparency regarding potential risks. Finally, provision 52.209-11 addresses corporate responsibility regarding unpaid federal tax liabilities and felony convictions, stating that corporations must disclose any relevant liabilities or convictions. These provisions aim to ensure that contractors adhere to national security standards, financial responsibility, and ethical operations when engaging with the federal government, reflecting a broader commitment to regulatory compliance and safeguarding national interests in contract awards. This framework is critical in evaluating potential contractors and ensuring they meet the necessary qualifications for participation in federal procurement.
    The document is a Past Performance Questionnaire related to the solicitation 140P8325R0004 for OLYM Rehab Apartments. It provides structured sections for contractors to fill out, including details about the contractor’s information, contract specifics, and performance references. The questionnaire is designed to gather source selection sensitive information crucial for assessing the contractor's capabilities in meeting contract requirements. It includes evaluation criteria that detail performance ratings ranging from "Exceptional" to "Unsatisfactory" across multiple areas such as Quality, Schedule, Cost Control, Management, and Regulatory Compliance. Each section allows for a detailed assessment and comments to support ratings. The completed questionnaires must be returned by February 24th, 2025, to the designated Contracting Officer. The purpose of this document is to facilitate the evaluation and selection of contractors through comprehensive feedback on their past performance, aligning with federal government procurement practices.
    The document outlines a federal government Request for Proposals (RFP) aimed at soliciting applications for funding local infrastructure improvements. The main purpose is to enhance transportation systems, including roads and public transit, to support economic growth and community development. Key components include eligibility criteria for grant applicants, which emphasize collaborations among local governments, non-profit organizations, and private sectors. Supporting details reveal a focus on projects that incorporate sustainable practices and promote accessibility. Additionally, the RFP encourages innovative solutions to traffic congestion and safety issues. Expected outcomes include improved transportation efficiency and reduced environmental impact. The document stresses the need for comprehensive project plans, budget justifications, and performance metrics to assess success. Various deadlines for proposal submissions, as well as evaluation criteria used by federal reviewers, are outlined, emphasizing transparency throughout the process. This initiative reflects the federal government's commitment to enhancing local infrastructure while fostering partnerships across different sectors, ultimately aiming to boost community resilience and mobility.
    The National Park Service (NPS) has issued a solicitation for the rehabilitation of the Kalaloch Apartments under project number OLYM 313785. Offerors must submit proposals that meet the requirements outlined in the solicitation documents, including pricing for both base line items and optional improvements. The contract specifies several key tasks, including rehabilitating apartments, replacing the metal roof, exterior door and windows, HVAC systems, and performing exterior painting. Each task is defined with a lump-sum pricing method, and errors in calculations will defer to unit prices. Additionally, the project includes optional improvements like accessible parking, seismic enhancements, and residential appliances, which must also be priced. The document emphasizes the necessity of adhering to all specified requirements to ensure proposal acceptability. It serves as a foundational guideline for bidders on the expectations and scope of work involved in the project, pivotal for effective management and execution of the intended renovations at Kalaloch.
    The document outlines the Project Experience Questionnaire for Solicitation 140P8325R0001, related to the NEPE Rehab Restroom project. It serves as a guideline for prospective offerors to detail relevant project experience, emphasizing the successful completion of similar projects. Offerors must provide specific project information, including titles, locations, and performance periods, and must list contractors involved, detailing their roles, trade specifics, and pricing. The questionnaire includes a series of questions aimed at assessing the contractors' performance, including descriptions of work done, identification of project experience elements, reasons for changes in pricing and schedules, problem resolution strategies, and effective means and methods used during project execution. Offerors are required to present at least three projects completed in the last five years, ensuring responses are aligned with the solicitation’s criteria. Overall, this document reflects the federal government's structured approach to evaluating contractor qualifications for construction and rehabilitation projects, ensuring submissions are comprehensive and demonstrate the ability to meet project requirements and solve potential challenges.
    The document outlines a series of questions and answers related to Solicitation #140P8325R0004 for the Rehabilitation of the Kalaloch Apartments, posed primarily by the contractor Sealaska. Key personnel required on site includes a Project Manager, Superintendent, QC Manager, and Safety Manager, with allowances for combining roles. The document confirms availability of water for construction and allows workers to stay at nearby campgrounds, subject to regulations. Proposals must follow a specific layout contrary to initial indications in the solicitation, and the Notice to Proceed (NTP) will be provided after necessary documentation is received, commencing the project's timeline. The estimated award date is set for July 7, 2025, with a 365-day completion period post-NTP. Questions regarding contract line items, including bike racks, and temporary power arrangements are also addressed, ensuring clarity on project expectations. This Q&A document is vital for contractors seeking to comply with solicitation requirements effectively and ensures understanding of logistical details while preparing their proposals.
    The document outlines clarifications for RFP #140P8324R0016, focused on rehabilitating the Kalaloch Apartments within Olympic National Park. It addresses contractor inquiries concerning project specifications, parking and accommodation options for RVs, fire alarm requirements, low voltage outlet needs, and structural details for construction processes. The park allows contractors to use the Kalaloch Campground for RV parking and may offer NPS housing if available. A NFPA 13D fire suppression system must be included, and smoke detection is required per the International Building Code. Additional clarifications cover specifics about utility meter replacement, footing dimensions, structural hold-down attachments, and compliance for slab infill. The responsibilities for roof inspections and confirmation on existing roof sheathing materials are also included, emphasizing the necessity for coordination with the park’s structural engineer. Overall, this document serves to ensure that potential contractors are well-informed about the project requirements and logistical arrangements, facilitating clearer understanding and smoother execution for the rehabilitation project.
    The document pertains to the rehabilitation of the OLYM apartments, specifically requesting detailed specifications to aid in the demolition process. It notes a lack of sketches and necessary measurements for the Cementous pipes found within the slab, which complicates the estimation efforts for the project. The request includes guidance on determining the presence of Asbestos-Containing Materials (ACM) pipes, questioning whether to assume a straight-line configuration from the mechanical room to each unit or consider shared lines between apartments. Respondents are directed to consult Sheet 10 of the original As Constructed Drawings for further clarification on these details. This inquiry is part of the broader context of municipal infrastructure improvements, highlighting the need for precise information for effective planning and execution of the apartment rehabilitation project.
    The document outlines Amendment Number 0001 for solicitation 140P8325R0004 regarding the OLYM Apartment Rehabilitation project. It emphasizes the necessity for contractors to acknowledge receipt of the amendment, providing methods for acknowledgement and the consequences of failing to do so before the specified deadline. The amendment modifies the original solicitation to include responses to contractor inquiries and supplies original construction drawings. It confirms that all other terms of the solicitation remain unchanged and in full force. The period of performance for the project is stated as from July 7, 2025, to July 6, 2026. This document is part of a federal contracting process to ensure transparency and clarity in communication between contracting entities and offerors.
    The document is an amendment for solicitation number 140P8325R0004 related to the rehabilitation of OLYM Apartments. It outlines procedural changes for bidders, specifically detailing how to acknowledge receipt of the amendment and communicating any amendments to offers already submitted. The amendment is labeled as Modification 0002 and serves to clarify responses to previous inquiries and includes a sign-in sheet from a site visit, without further changes to the solicitation itself. Amendment 0001 prior to this addressed similar inquiries and provided original construction drawings. The contract period is specified from July 7, 2025, to July 6, 2026, indicating a structured timeline for the rehabilitation project. Overall, the amendment ensures compliance with federal procurement policies, establishes communication protocols for contractors, and maintains transparency in the bidding process, reflecting the government’s commitment to effective project management and contractor communication in public works projects.
    The document is an amendment notification for solicitation 140P8325R0004 related to the OLYM Apartment Rehab project. Specifically, Amendment 0003 aims to address vendor inquiries and clarifications while indicating no other changes to the solicitation's terms. It instructs contractors to acknowledge receipt of the amendment through specified methods before the designated deadline, ensuring adherence to procurement protocols. The previous amendments, 0001 and 0002, also provided responses to vendor questions and site visit information, reflecting ongoing communication between the contracting agency and prospective bidders. The document outlines the period of performance for the project, which extends from July 7, 2025, to July 6, 2026. Overall, this amendment process illustrates the government's commitment to transparent and responsive contracting practices while ensuring compliance with federal procurement regulations.
    This document is an amendment to a solicitation regarding the rehabilitation of OLYM Apartments, issued by the National Park Service (NPS), specifically addressing vendor inquiries and modifications to the original contract. The purpose of amendments 0001 to 0004 includes providing responses to vendor questions, clarifications on a previous solicitation, and adjustments to offers related to maintenance tasks for family housing facilities. Key changes mentioned include the rehabilitation of apartment infrastructure, roof replacement, HVAC system updates, plumbing system changes, and interior enhancements, all categorized under Product/Service Code Z1FA. The amendments outline a clear protocol for acknowledging the receipt of these changes, specifying that offers must be adjusted accordingly and submitted by a set deadline to avoid rejection. Additionally, the document indicates that the performance period for the project is slated from August 4, 2025, to August 3, 2026. All terms of the regarding contract remain effective except where specifically amended. The summary reflects the procedural nature of the document as it pertains to federal contracting practices, ensuring transparency and compliance throughout the offer modification process.
    The government RFP solicits bids for the rehabilitation of the Kalaloch Apartments located within Olympic National Park, specifically in Forks, WA. The project, under solicitation number 140P8325R0004, encompasses various construction aspects including replacing roofs, HVAC systems, plumbing, and interior finishes, with an estimated cost between $1,000,000 and $5,000,000, and a completion timeframe of 365 days starting from July 7, 2025. The contractor must comply with specific guidelines, such as obtaining performance and payment bonds and adhering to the prohibition against lead-based paint usage. The RFP emphasizes small business participation and defines the requirements for bid submission, evaluation criteria, and protocols for contractor performance assessment. Key deadlines include a proposal submission due date of June 18, 2025, and a site visit scheduled for May 29, 2025. The document underscores the government's commitment to maintaining safety and compliance while upgrading facilities in compliance with federal regulations and standards.
    The Olympic National Park is seeking small businesses with relevant experience for the rehabilitation of the Kalaloch Apartments, a four-plex housing complex. This Sources Sought Notice, part of the National Park Service Housing (ID # 140P8325R0004), is not an official Request for Proposal (RFP) but serves to gauge interest and capability among potential contractors. The rehabilitation will involve asbestos removal, replacing finishes and fixtures, along with electrical updates and compliance with ABAAS standards. The project is located in a remote area of Grays Harbor County, Washington, with an estimated construction cost ranging from $1.5 million to $2.75 million and a completion timeline of 365 days starting mid-August. Interested parties are required to submit a Capability Statement via email by January 22, 2025, detailing their qualifications and previous similar project experiences. The anticipated solicitation will be released on SAM.gov in early January, emphasizing the government's aim to identify qualified small businesses for this project while ensuring a competitive selection process. Responses will not obligate the government to award a contract and all submissions will remain confidential within the agency.
    The National Park Service is seeking information from qualified small businesses that can rehabilitate the Kalaloch Apartments within Olympic National Park. This sources sought notice is intended for small businesses, including those certified under various government programs. The rehabilitation project involves significant renovations, such as the removal of asbestos materials, replacement of gypsum board finishes, and installation of new electrical systems, with an estimated contract value between $1.5 million and $2.75 million, spanning approximately 365 days. Interested businesses are instructed to email their capabilities, including their experience and classification under NAICS Code 236118, by January 22, 2025. The final solicitation is expected to be released on SAM.gov in early January. The document emphasizes that this notice does not obligate the government to award a contract and that interested parties must assess their capacity to manage the logistical challenges posed by the project's remote location.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Rock Creek Park Little House Leasing Opportunity
    Interior, Department Of The
    The National Park Service (NPS) is offering a leasing opportunity for the "Little House" located at 3131 Nebraska Ave NW, Washington, D.C., within Rock Creek Park. The property, which is available for long-term lease for business or residential use, includes a three-bedroom home with essential amenities and is situated in a 100-year flood zone. The selected lessee will be responsible for all repairs, maintenance, and improvements to the property, with a minimum fair market rent set at $6,500 per month and a potential lease term of up to 60 years. Interested parties should note that the proposal submission deadline is January 26, 2026, and can contact Gary Shipley at NPSNCRLeasing@nps.gov or by phone at 202-619-6391 for further details.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.