Z--OLYM- REHAB KALALOCH APTS
ID: 140P8325R0004Type: Special Notice
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)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 12:00 AM UTC
Description

The Department of the Interior, through the National Park Service, is seeking qualified small businesses for a rehabilitation project at the Kalaloch Apartments in Olympic National Park, Washington. The project involves the removal and abatement of asbestos, demolition of interior structures, replacement of building systems, and various upgrades to ensure compliance with accessibility standards and seismic safety. This initiative is crucial for maintaining the integrity and safety of family housing facilities within the park. Interested contractors must have an active registration in the System for Award Management (SAM) and are encouraged to prepare for the solicitation, which is expected to be posted around May 12, 2025, with a contract value estimated between $1 million and $3 million. For further inquiries, contact Geraldine Larsen at geraldine_larsen@nps.gov.

Point(s) of Contact
Larsen, Geraldine
geraldine_larsen@nps.gov
Files
Title
Posted
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
Presolicitation
Special Notice
Sources Sought
Similar Opportunities
Olympic National Park REHAB Wastewater Lagoons
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small business contractors for the rehabilitation of the Kalaloch Wastewater Lagoons in Olympic National Park, Washington. The project aims to enhance wastewater management systems, including the installation of new lagoon aerators, effluent monitoring systems, and manual headworks screens, while ensuring minimal disruption to park operations and adherence to environmental protection standards. This initiative is crucial for maintaining the park's infrastructure and safeguarding its natural resources. Proposals are due by May 28, 2025, with an estimated project budget between $1,000,000 and $2,000,000, and interested parties can contact Geraldine Larsen at geraldinelarsen@nps.gov for further information.
OLYM - HEART O HILLS LOOP B ABATEMENT and DEMOLITI
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the abatement of hazardous materials and demolition of the Heart O' the Hills B Loop Comfort Station in Olympic National Park, Washington. The project entails the complete removal of asbestos, lead, mold, and other hazardous materials, followed by proper disposal at authorized locations outside the park, emphasizing environmental safety and compliance. This Total Small Business Set-Aside opportunity is crucial for ensuring public health and safety within park facilities, with a site visit scheduled for April 22, 2025, and proposals due by May 2, 2025. Interested contractors can reach out to Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025 for further information.
Z--Olympic National Park REHAB HURRICANE RIDGE WATER
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the Hurricane Ridge public water system in Olympic National Park, Washington. The project involves replacing reservoir fill and distribution lines with high-density polyethylene (HDPE) pipe, managing asbestos cement pipe disposal, inspecting and repairing a 100,000-gallon underground reservoir, and providing temporary water services during construction. This initiative is crucial for maintaining the park's water infrastructure and ensuring safe water supply for visitors and facilities. The estimated contract value ranges from $1,000,000 to $5,000,000, with a target solicitation date of May 12, 2025. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@nps.gov.
Y--REHAB PINE ISLAND HOUSING UNIT 124
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a Request for Proposal (RFP) for the rehabilitation of Pine Island Housing Unit 124 located in Everglades National Park, Homestead, Florida. The project entails significant upgrades, including the replacement of electrical, plumbing, and HVAC systems, roof replacement, and interior renovations in various areas of the housing unit. This procurement is particularly important as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236118, with an estimated contract value ranging from $250,000 to $500,000. Interested vendors must register on SAM.gov, attend a scheduled site visit, and monitor the platform for updates, as the official solicitation is expected to be released around June 1, 2025, with proposals due approximately 30 days thereafter. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
Z--Comfort Station Cyclic Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, TX. This project involves providing all necessary labor, materials, and equipment to perform cyclic upgrades on two pre-cast CXT Navajo quad flush/shower buildings, including painting and sealing surfaces, and replacing water heaters and skylights. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses and is expected to be awarded by early July 2025, with work commencing shortly thereafter. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in early June 2025.
Z--LL CAMPGROUND EXPANSION AND IMPROVEMENTS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the expansion and improvements of the Lower Lehman Campground at Great Basin National Park in Baker, NV. The project entails enhancing existing non-compliant campsites, expanding the campground entry, constructing a new paved roadway, and installing necessary infrastructure such as storm culverts and vault toilets. This initiative is crucial for improving visitor access and experience at the campground, with an estimated contract value between $1,000,000 and $5,000,000. Interested small businesses must ensure they have a Unique Entity ID and be registered in the System for Award Management (SAM) by the solicitation close date, with the official solicitation expected to be released around May 5, 2024. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
F--Oregon Caves National Monument & Preserve (ORCA) - Fiscal Year 25 Hazardous Tre
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a project involving the felling and removal of approximately 600 designated hazard trees at the Oregon Caves National Monument & Preserve (ORCA). The primary objective is to ensure safety by removing trees that pose a risk within 100 feet of key infrastructure, including roads, buildings, and trails, with a focus on trees ranging from 12 to over 36 inches in diameter. This project is critical for maintaining the safety and accessibility of the park, and it is anticipated that the solicitation will be issued after May 1, 2025, with a contract performance period from June 1, 2025, to September 30, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Brian McCabe at brianmccabe@nps.gov or by phone at 202-339-7772.
OCRACOKE HOUSING SIDING AND WINDOWS
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of siding and windows at four housing units located in Ocracoke, North Carolina. The project aims to enhance the structural integrity and safety of the housing by replacing deteriorated cedar siding with new 1 Blue Label CERTIGRADE western red cedar siding and installing hurricane-rated impact-resistant windows. This initiative is crucial for maintaining the quality of housing facilities within the Cape Hatteras National Seashore, ensuring compliance with safety standards while minimizing environmental impact. The contract, set aside exclusively for small businesses, has an estimated value between $500,000 and $1,000,000, with a performance period from September 1, 2025, to December 31, 2025. Proposals must be submitted by May 23, 2025, and interested contractors can direct inquiries to Ashley Warcewicz at ashleywarcewicz@nps.gov.
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.