Z--OLYM - REHAB HURRICANE RIDGE WATER
ID: 140P8325R0005Type: Sources Sought
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 12:00 AM UTC
Description

The Department of the Interior, National Park Service, is seeking qualified small businesses to rehabilitate the water system at Hurricane Ridge in Olympic National Park, Washington. The project involves replacing reservoir fill and distribution lines, managing asbestos cement pipe, inspecting and repairing a large underground reservoir, and providing temporary water services during construction. This initiative is crucial for maintaining the public water system's integrity and ensuring reliable water supply for park facilities. Interested firms must respond to the Market Research Questionnaire by February 3, 2025, and can contact Geraldine Larsen at geraldine_larsen@nps.gov for further information. The anticipated contract value is between $1 million and $5 million, with a performance period of approximately 200 days.

Point(s) of Contact
Larsen, Geraldine
geraldine_larsen@nps.gov
Files
Title
Posted
Jan 22, 2025, 12:04 AM UTC
The document titled "140P8325R0005 Market Research Questionnaire" is a request for information aimed at identifying companies capable of rehabilitating a water system for a federal contract. It requires basic company details, such as Unique Entity ID, contact information, and classification under specific small business categories like 8(a) or HubZone. The questionnaire seeks responses to several key inquiries: the firm's capability to conduct the required work, interest in bidding for the contract, registration on SAM.GOV, experience with similar contracts in the last five years, and ability to secure bonding within an estimated price range. Additionally, companies are asked to provide a Capability Statement. This initiative underscores the government's effort to gather relevant market insights and ensure compliance with federal contracting processes, fostering transparency and competition among potential contractors.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.
WA ERFO NPS OLYM 2022‐1 (1), OLYMPIC NPS ERFO REPAIRS 2022
Buyer not available
The Department of Transportation, through the Federal Highway Administration's Western Federal Lands Division, is soliciting bids for the WA ERFO NPS OLYM 2022-1 (1) project, which involves critical repairs to North Shore Road in Olympic National Park. The project encompasses road reconstruction, bank stabilization, and the installation of culverts, aimed at addressing damage and enhancing visitor safety while adhering to federal construction standards. This initiative reflects the government's commitment to maintaining national park infrastructure and ensuring compliance with environmental protection measures, with an estimated project cost ranging from $700,000 to $2,000,000. Interested small businesses must submit their bids in writing by the specified deadline and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
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.
F--Dune Climb Well Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Quote (RFQ) for the Dune Climb Well Replacement project at Sleeping Bear Dunes National Lakeshore in Empire, MI. This project involves drilling a new well approximately 90 feet deep, connecting it to the comfort station water system, and abandoning the old well in compliance with local regulations. The contract, valued between $25,000 and $100,000, is set aside exclusively for small businesses, with a firm-fixed price expected to be awarded by early July 2015, and performance commencing in July 2025. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details, and are encouraged to attend a site visit to better understand the project requirements.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
JOMU IRRIGATION SYSTEM REHABILITATION
Buyer not available
The Department of the Interior, National Park Service, is soliciting quotes for the rehabilitation of the irrigation system at the John Muir National Historic Site. The project involves replacing an aging irrigation system that is crucial for maintaining the park's historic landscape, which includes ornamental trees, orchards, and gardens, while also expanding irrigation coverage to additional areas. This procurement is exclusively set aside for small businesses, with a construction cost estimated between $100,000 and $250,000, and proposals are due by 12:00 PM Pacific Standard Time on May 15, 2025. Interested contractors should direct inquiries to Brian Roppolo at brianroppolo@nps.gov, and all work must comply with federal regulations and environmental standards throughout the project timeline, which is expected to run from June 1, 2025, to January 17, 2026.
WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
Buyer not available
The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
Z--RELOCATE CHILLED WATER PUMP IAW CONSTRUCTION SPECIFICATIONS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a project to relocate a chilled water pump at the Pearl Harbor National Memorial. The objective of this procurement is to replace and relocate the existing chilled water pump and associated components, which involves constructing a new concrete pad and enclosure, as well as trenching for electrical supply, all while adhering to safety and environmental standards. This initiative is crucial for maintaining operational integrity and enhancing the infrastructure of national memorials, reflecting the government's commitment to preserving historical and ecological resources. Interested vendors should respond with their qualifications and relevant experience to Michael Davidson at michaeldavidson@nps.gov by the specified deadline, as this is a sources sought notice and not a solicitation for bids.
Grand Canyon - Roto-Jet Pump Service BPA
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for servicing and maintaining three Roto-Jet Pumps at the North Rim of Grand Canyon National Park. The procurement includes annual inspections, preventative maintenance, and emergency repairs to ensure the operational efficiency of these critical water supply systems. This BPA is vital for maintaining the infrastructure of one of America's premier national parks, with a five-year ordering period anticipated to commence on May 10, 2025. Interested vendors must submit their quotes electronically by May 7, 2025, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov or by phone at 719-470-8678.