Z--LAKE - AIRPLANE HANGER DOOR CONVERSION
ID: 140P8125Q0011Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES (Z2BZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 28, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 13, 2025, 12:00 AM UTC
  3. 3
    Due Feb 20, 2025, 10:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting proposals for the conversion of airplane hangar doors at Boulder City Airport, Nevada. The project involves replacing the existing cable lift system with a hydraulic strap lift system for two bifold hangar doors, which includes the removal of old components, installation of new systems, and necessary structural modifications while ensuring compliance with building codes and safety regulations. This initiative is part of the agency's commitment to maintaining infrastructure and operational safety within national parks. Interested contractors must submit their sealed quotes by February 20, 2024, and can direct inquiries to Caroline Bachelier at caroline_bachelier@nps.gov. The estimated construction cost is between $25,000 and $100,000, and the project is designated as a total small business set-aside.

Point(s) of Contact
Files
Title
Posted
The National Park Service has issued a Request for Proposals (RFP) for the conversion of the cable lift system to a hydraulic strap lift system for two bifold hangar doors at Boulder City Airport. The project entails the removal and disposal of existing steel cable systems, replacing them with a strap lift system rated for the door dimensions, and modifying the structures as needed. The contractor must field verify measurements, ensure compliance with applicable building codes, and obtain necessary permits. They are responsible for all materials, including automatic door openers and controls, as well as adherence to safety regulations during the work period of 60 days. Additional requirements include supervising the work site, managing waste disposal, and providing warranties on equipment and installation. The contractor must also present safety plans and provide operational training to National Park Service staff upon project completion. This undertaking underscores the agency's commitment to maintaining infrastructure while ensuring compliance with federal regulations and safety standards.
The project involves converting the Boulder City Airport's bifold hanger door lift system from a cable-based to a strap-based hydraulic lift, utilizing a system such as the Schweiss Door Strap Conversion Kit. This entails removing existing components, installing new systems, and making necessary modifications to existing structures while adhering to all relevant codes and safety regulations. The contractor is responsible for verifying measurements, ensuring compliance with building codes, and managing on-site operations, including debris disposal and proper conduct regarding NPS staff supervision. A safety plan and warranty for installed equipment are required, and the project must be completed within 60 days following the notice to proceed. The work schedule is restricted to weekdays, and contractors must notify NPS in advance for material deliveries. The project underscores the National Park Service’s commitment to maintaining infrastructure while ensuring operational safety and compliance with federal guidelines.
Feb 13, 2025, 5:05 PM UTC
Feb 13, 2025, 5:05 PM UTC
This document serves as Amendment 0001 to the solicitation 140P8125Q0011, outlining key changes and clarifications regarding the bidding process for a government contract. The amendment addresses contractor inquiries, confirming that a bid guarantee is not required and providing details about existing doors. A second site visit is scheduled for February 10, 2025, to facilitate vendor assessment, and revisions to the Statement of Work (SOW) have been included. The submission deadline for questions has been updated to February 13, 2024, with the final quote due by February 20, 2024, at 2:00 PM PST. Additionally, the document emphasizes the necessity for acknowledgment of the amendment receipt for the submission to be considered valid. This amendment reflects the government's commitment to transparency and cooperation with potential contractors, ensuring that all parties are informed of the updated conditions necessary for participating in the bidding process.
Feb 13, 2025, 5:05 PM UTC
The document is an amendment to a solicitation for the conversion of airplane hanger doors at Lake Mead National Recreation Area (RFP Number: 140P8125Q0011). Issued by the National Park Service, this amendment addresses contractor inquiries, specifically allowing alternative bids for the door manufacturer while specifying the installation of a new hydraulic lift strap system. The requirements outline the necessity for modifying existing doors and components to fit the new system. The due date for quotes remains unchanged, still set for February 20, 2024. Additionally, the document includes a sign-in sheet from a site visit conducted on February 10, 2025, with various contractors in attendance. Emphasis is placed on proper acknowledgment of the amendment and the adherence to submission timelines to avoid rejection of offers. The overall purpose of this document is to clarify the solicitation terms and ensure transparency in the bidding process for government contractors.
Feb 13, 2025, 5:05 PM UTC
The document is a Request for Proposals (RFP) from the National Park Service for the replacement of airplane hanger doors at Lake Mead in Boulder City, Nevada. The project, categorized under NAICS Code 236220, has an estimated construction magnitude between $25,000 and $100,000 and is designated as a total small business set-aside. Bidders must submit sealed quotes by a specified deadline, with a mandatory site visit scheduled for February 3, 2025. Interested contractors should follow strict submission guidelines and are evaluated based on price and prior experience with similar projects. The successful bidder will commence work within ten days of receiving a Notice to Proceed, with an anticipated completion timeline of 60 days from that notice. Contractors are required to provide performance and payment bonds and to comply with specific contract clauses regarding labor standards, equal opportunity, and safety regulations. The RFP emphasizes the importance of domestic construction materials in line with the Buy American Act and outlines provisions for electronic invoicing through the Department of Treasury's Invoice Processing Platform. The submission process requires registration with the System for Award Management and written inquiries directed to the Contracting Officer. This solicitation underscores the priority of small businesses in government contracting and adherence to regulatory compliance.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Y--BICY 229154
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida, designated under solicitation 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 and safety within national parks, ensuring compliance with federal standards and environmental regulations. Interested contractors, particularly women-owned small businesses, must submit their proposals by March 5, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
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.
Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking interested businesses for a project to repair the earthen roof structure of Fort Tompkins located at Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to address ongoing water infiltration issues affecting the roof and masonry, with an estimated construction budget ranging from $1 million to $5 million. This project is crucial for preserving the structural integrity and historical significance of the site. Interested firms, both large and small, are encouraged to submit their company details, business classification, and capability statements by February 27, 2025, to assist in the market research process. For further inquiries, contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
Y--YELL 338221 - Bridge Preservation - 5 Bridges
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for a bridge preservation project involving five bridges in Yellowstone National Park. The project encompasses various restoration tasks, including spall repair, crack sealing, hydrodemolition, and structural steel painting, with an estimated construction cost ranging from $1 to $5 million. This initiative is crucial for maintaining the integrity of park infrastructure while ensuring the protection of sensitive resources during construction. Interested businesses must submit their qualifications, bonding capacity statements, and relevant experience by February 6, 2025, to Shellie Murphy at shelliemurphy@nps.gov or by phone at 720-610-2690.
HAMP 326087 -
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the preservation of historic structures at the Hampton National Historic Site under project number HAMP 326087. The project aims to ensure the maintenance and restoration of significant historical properties, with an estimated contract value ranging between $5,000,000 and $10,000,000. This initiative is crucial for preserving cultural heritage and enhancing visitor experiences at the site. Interested contractors should note that proposals must be submitted in sealed formats, adhering to specific guidelines outlined in the solicitation document, and can contact Linda Melnick at lindamelnick@nps.gov for further information.
B254 RENOVATION
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the renovation of Hangar 254 at Pease Air National Guard Base in Newington, New Hampshire. This project, which is entirely set aside for small businesses, requires contractors to furnish all labor, materials, and equipment necessary for the renovation, with an estimated cost between $250,000 and $500,000 and a completion timeline of 270 days post-award. The renovation is crucial for maintaining operational readiness for aircraft maintenance, and contractors must adhere to specific material and quality standards while ensuring compliance with federal and local regulations. Interested contractors should attend a pre-bid conference on March 5, 2025, and submit their bids electronically, including all required forms and certifications, to Matthew Lapointe at matthew.r.lapointe.civ@army.mil or Bill Cole at william.j.cole68.mil@army.mil.
NEZ PERCE NHP VC RESTROOM REHAB.
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
Z--NAVA-REPLACE HOUSES 6,5,4 CONCRETE
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking contractors for a project involving the removal and replacement of concrete sidewalks and aprons at the Navajo National Monument in Arizona. The project entails demolishing and replacing approximately 204 square feet of concrete for three residential houses, with specific requirements for reinforcement, coloring, and structural integrity. This work is crucial for maintaining the safety and accessibility of the residential buildings within the monument. Interested contractors must submit their company information and a capability statement by 1200 EST on March 4, 2025, with the project budget estimated to be under $25,000. For further inquiries, contractors can contact Jessica Owens at jessicaowens@nps.gov or by phone at 720-450-2184.
Z--GWMP 335115 Bridge Preservation
Buyer not available
The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.
GRCA INSTALL CONCRETE PAD & ELECTRICAL
Buyer not available
The Department of the Interior, through the National Park Service, is seeking contractors for the installation of a concrete pad and electrical utilities to support a climate-controlled seed storage unit at Grand Canyon National Park. The project aims to ensure proper seed storage conditions, which are critical for maintaining seed viability, with specific tasks including site evaluation, concrete placement, and electrical work scheduled between March 10, 2025, and April 30, 2025. This procurement is part of broader conservation efforts within the park, emphasizing the importance of sustainable practices in managing natural resources. Interested contractors should direct inquiries to Stephen Loftus at stephenloftus@nps.gov or call 202-354-2267, with all submissions required by the specified deadlines outlined in the solicitation documents.