MORA - MNT-OHANA ASBESTOS ABATEMENT/DRYWAL
ID: 140P8324Q0061Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    Solicitation from the Department of the Interior, National Park Service is requesting quotes for the removal and disposal of wallboard, copper heating pipes, and pipe insulation (ACM). The service also includes thorough cleanup, air quality sampling after asbestos abatement, and replacement of sheetrock and drywall for a 2-story, 12-room building totaling 6144 square feet apartment complex. This procurement is a Total Small Business Set-Aside. The primary contact for this procurement is Mickey Chisolm, reachable at mickey_chisolm@nps.gov or 360-565-3025.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Asbestos Abatement - Edenton NFH, NC
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for an asbestos abatement project at the Edenton National Fish Hatchery in North Carolina. The procurement involves a Firm-Fixed Price construction contract aimed at safely removing asbestos-containing materials identified in a recent inspection, which highlighted the presence of friable asbestos in multiple buildings. This project is critical for ensuring compliance with federal regulations and protecting public health during ongoing and future construction activities at the site. Interested contractors must submit their proposals by September 10, 2024, at 11:00 AM Pacific Time, and can direct inquiries to Elvia Arellano at elviaarellano@fws.gov or (505) 248-6438.
    R--ARSENIC REMEDIATION IN MUSEUM COLLECTION
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotations for a federal contract focused on arsenic remediation in museum collections at Everglades National Park. The primary objective is to remediate approximately 85 natural history specimens contaminated with arsenic and other hazardous chemicals, addressing historical preservation practices that utilized arsenic in taxidermy. This project is critical for ensuring the safety and preservation of museum collections while adhering to the National Historic Preservation Act standards. Interested contractors must submit their quotations by September 10, 2024, and can contact Noelli Medina at NoelliMedina@nps.gov or 470-819-0940 for further information.
    Z--RODENT INFESTATION WASTE CLEANUP
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for a federal contract focused on rodent infestation waste cleanup at the Boulder Beach Ranger Station within the Lake Mead National Recreation Area. The project entails the removal of hazardous materials, including insulation and HVAC systems contaminated by rodent activity, followed by renovations to enhance the building's resilience against future infestations. This initiative is crucial for maintaining safe facilities for both staff and visitors, ensuring compliance with federal and state safety regulations. Interested small businesses must submit their bids electronically by September 13, 2024, at 1:00 PM Pacific Time, with a project budget estimated between $100,000 and $250,000. For further inquiries, bidders can contact Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909.
    Abatement Project at Crab Orchard NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide abatement services for hazardous materials at the Crab Orchard National Wildlife Refuge in Marion, Illinois. The project involves the removal of hazardous materials, including galvasbestos siding and Type 2 asbestos, from three abandoned buildings, ensuring compliance with federal, state, and local regulations. This initiative is critical for maintaining environmental safety and regulatory compliance while promoting small business participation in federal contracts. Interested vendors must submit their proposals by September 11, 2024, with the contract expected to commence on September 15, 2024, and run through January 15, 2025. For further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or by phone at 413-253-8287.
    ACADIA NATIONAL PARK - ROCKEFELLER LEAD PAINT ABAT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for a lead paint abatement project at Rockefeller Hall in Acadia National Park, Maine. The project aims to safely remove lead-based paint from water-damaged areas of the building, utilizing state-approved methods and ensuring compliance with environmental and safety regulations, particularly concerning potential asbestos. This initiative is crucial for maintaining the historical integrity of the building while prioritizing public and worker safety. Contractors must submit sealed proposals by the specified deadline, with the anticipated project cost ranging between $25,000 and $100,000, and a performance period set from October 1, 2024, to July 31, 2025. For further inquiries, interested parties can contact Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145.
    Demolition, Removal and Disposal, Point Reyes NS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to submit proposals for the demolition, removal, and disposal of the Truttman Barn and Serioty Cabin at Point Reyes National Seashore in Marin County, California. The project involves dismantling a collapsed 7,728-square-foot milking barn and an 850-square-foot residential cabin, with a focus on hazardous materials assessment, utility removal, and site restoration while preserving the historic stone foundation of the barn. This Total Small Business Set-Aside contract, classified under NAICS code 238910, emphasizes compliance with federal, state, and local regulations, and requires contractors to prepare a site-specific safety and health plan prior to commencing work. Quotations are due by September 16, 2024, and interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    N--CC ENTRANCE STATION HVAC UNITS - LAKE MEAD NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a construction contract to replace five HVAC units at the Cottonwood Cove Entrance Station within the Lake Mead National Recreation Area. The project aims to enhance facility management and environmental sustainability by upgrading the HVAC systems to meet specific energy efficiency standards, while ensuring minimal disruption to park aesthetics and visitor access. This total small business set-aside contract has an estimated value between $25,000 and $100,000, with a performance period from September 27, 2024, to December 27, 2024. Interested contractors must submit their quotations, including relevant experience and compliance with federal labor standards, by September 13, 2024, and can direct inquiries to Caleb Overbaugh at caleboverbaugh@nps.gov.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    N--Fire Sprinkler System Replacements
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of fire sprinkler systems in Apartments 94 and 96 at Glacier National Park. The project aims to install new dry pipe systems that comply with all relevant codes, ensuring the safety and protection of the park's facilities while minimizing disruption to residents during the scheduled work from October 2024 to March 2025. This procurement is critical for maintaining fire safety standards in federal facilities, particularly in sensitive environments like national parks. Interested small businesses must submit their proposals, including technical details and pricing, by the specified deadlines, with an estimated contract value between $100,000 and $250,000. For further inquiries, contractors can contact Colton Nelson at coltonnelson@nps.gov or by phone at 720-390-0199.
    Z--Desert Discovery Center Water Remediation
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for the Desert Discovery Center Water Remediation project in Barstow, California. This project aims to address significant water, mold, and plumbing issues caused by a broken pipe, requiring comprehensive remediation of affected areas, including the removal of hazardous materials and ensuring compliance with health and safety standards. The contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with quotes due by September 13, 2024, and a site visit scheduled for August 29, 2024. Interested vendors should contact Erim Celik at ecelik@blm.gov or 916-978-4523 for further details.