Z--RODENT INFESTATION WASTE CLEANUP
ID: 140P8124B0010Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

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 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 Michelle_Bennett@nps.gov or by phone at 702-293-8909.

    Point(s) of Contact
    Files
    Title
    Posted
    The Lake Mead National Recreation Area is seeking contractor services to address rodent infestation damage at the Boulder Beach Ranger Station. A pest management specialist discovered extensive contamination from rat activity, necessitating immediate vacating of the facility due to health risks from rodent feces and urine. The project involves hazardous material removal, including insulation, ceiling tiles, and HVAC systems, followed by renovations to enhance the building's resilience against future infestations. Key tasks include protecting existing furnishings, properly disposing of hazardous materials, and installing new insulation and HVAC ducting. The contractor must adhere to federal and state guidelines, with requirements including a safety plan, disposal documentation, and product submittals under various building codes. The work must be completed within 90 calendar days post-award, ensuring minimal disruption and compliance with safety regulations. This request highlights the National Park Service's commitment to maintaining safe facilities for staff and visitors.
    The document outlines the prevailing wage determination for construction projects in Clark County, Nevada, specifically addressing building construction, excluding single-family homes and certain military sites. It covers contracts subject to the Davis-Bacon Act, mandating minimum wage rates established by Executive Orders 14026 and 13658 for projects initiated or extended after specified dates in 2022. Various wage rates and fringe benefits for different classifications of workers, such as electricians, carpenters, and laborers, are detailed. This comprehensive wage determination ensures fair compensation for workers and compliance with federal contracting standards. Additional notes emphasize the requirement for sick leave under EO 13706 for federally contracted work. The document also explains identifiers for wage classifications, including union rates and state-adopted rates, while outlining the appeals process for wage determinations. This summary reflects the document's commitment to upholding labor standards in federally funded construction projects.
    The document outlines the requirements of the Federal Acquisition Regulation (FAR) 36.211(b), which mandates that federal agencies provide a description of their policies and procedures regarding the definitization of equitable adjustments for change orders in construction contracts. Additionally, agencies must report data on the time required to definitize these adjustments. This is vital for ensuring transparency and consistency in contract management for construction projects. Agencies are directed to refer to a specific link for detailed policy guidance. The emphasis on change orders underlines the importance of effective communication and procedural adherence in construction contract administration, ensuring equitable treatment for modifications necessitated by unforeseen conditions or alterations during the project lifecycle.
    The document addresses questions related to Solicitation No. 140P8124B0010 for a rodent infestation cleanup project, providing necessary guidelines for contractors interested in bidding. Key licensing and certification requirements mandate that the contractor or subcontractor managing hazardous material removal must possess a Nevada Department of Agriculture Pest Control License and certification from a recognized institute for hazardous materials handling. General contractors must be registered in SAM.gov and classified as small businesses under relevant NAICS codes, though subcontractors are allowed. Additionally, there are no existing mechanical plans for the building, and while the government will not specify a type of ceiling tile for the project, it will provide specifications in the Statement of Work. This document serves as a crucial reference for bidders, facilitating compliance with government procurement standards in the context of federal and state RFPs while addressing safety, licensing, and project specifications.
    This document provides a detailed floor plan for a proposed ranger station at Lake Mead National Recreation Area, designated FMSS #36960. The layout includes various functional spaces such as an evidence storage area, interview rooms, unisex and women’s locker rooms, weight rooms, utility rooms, a briefing room, and holding cells. Specific measurements for each area are indicated, along with features like air handling units and maintenance offices. The plan aims to optimize the station's operational efficiency and supports the park's enforcement and maintenance activities. This blueprint is likely part of a request for proposal (RFP) process for federal grants or local projects, demonstrating the federal commitment to enhancing park facilities while ensuring safety and logistical functionality for rangers and visitors alike. Overall, the document facilitates planning and budget considerations for future construction or renovation efforts within government guidelines.
    This document announces Amendment 01 to solicitation number 140P8124B0010, primarily altering the bid opening date and time. The new bid due date is confirmed for September 13, 2024, at 1:00 PM Pacific Time, with an electronic bid opening scheduled for the same time. A link for accessing the bid opening on MS Teams will be provided in a future amendment. The period of performance for the contract is set from September 16, 2024, to December 31, 2024. The amendment outlines that offers must acknowledge receipt of this amendment before the specified deadline, either through submission copies or electronic communication. The reason for modification and the resulting administrative changes are detailed in Item 14 of the document. Furthermore, it notes that all other instructions remain unchanged, reinforcing the necessity for compliance and attention to deadlines in federal contracting processes.
    The document serves as Amendment 02 to solicitation number 140P8124B0010, issued for a project managed by the NPS, PWR - Lake Mabo. The amendment includes key modifications, primarily rescheduling the pre-bid site visit to August 28, 2024, at the Boulder Beach Ranger Station in Boulder City, NV, encouraging interested parties to attend. Additionally, it attaches essential building drawings relevant to the bid process. The bid submission deadline remains unchanged at September 13, 2024, at 1:00 PM Pacific Time, and the electronic bid opening will occur at the same time via MS Teams, with access information to follow in a future amendment. The amendment ensures adherence to proper acknowledgment processes for offer submissions, highlighting that failure to comply may lead to rejection. Overall, the document emphasizes essential dates, procedural requirements, and project details needed for prospective contractors to participate in the bidding process for the specified federal project.
    The document details Amendment 03 to Solicitation 140P8124B0010 issued by the National Park Service, pertaining to a contract for an upcoming project. The amendment primarily reschedules a pre-bid site visit to September 3, 2024, at 3:30 PM Pacific Time, encouraging participants to meet at the Boulder Beach Ranger Station in Boulder City, NV. While attendance is optional, interested parties must RSVP by September 2, 2024. Additionally, the amendment incorporates a section for questions and answers, providing clarity on project scope. The bid submission deadline remains set for September 13, 2024, at 1:00 PM Pacific Time, with an electronic bid opening occurring at the same time. The timeline for the project spans from September 16, 2024, to December 31, 2024. The amendment ensures that all other bid instructions remain unchanged, maintaining the document's integrity while facilitating contractor participation through updated logistics.
    This document serves as Amendment 04 to the federal solicitation number 140P8124B0010. It updates bidders on essential information regarding the submission of bids, specifically post-bid submission procedures, and provides logistical details for a virtual bid opening scheduled for September 13, 2024, at 1:00 PM PDT. To participate, bidders must email their bids to pwr_mabo_lake_bid@nps.gov, ensuring that they include the solicitation number in their email subject line and address all solicitation requirements within their submissions. The amendment's purpose is to clarify submission protocols and instructions, emphasizing the necessity for bidders to provide a bid guarantee. Furthermore, the amendment stipulates that no changes to original terms will alter for administrative updates, retaining the document’s overall integrity. The document concludes with contact methods for the virtual meeting, highlighting security guidelines for joining the session. Through this amendment, the government aims for transparency and clarity in its procurement process while ensuring that all potential bidders are fully informed to facilitate fair participation.
    The document is a government Invitation for Bid (IFB) concerning a project titled "Repair Rodent Infestation at Boulder Beach Ranger Station." This solicitation is a 100% Small Business Set-Aside, with a project estimated cost between $100,000 and $250,000, classified under NAICS code 236220. The work must comply with specified requirements, and a site visit is scheduled for August 22, 2024. Bids must be submitted electronically as a single PDF no later than the specified deadline, with a public opening occurring thereafter. The contractor is required to complete all work by December 31, 2024, following a performance period beginning on September 16, 2024. Additional requirements include providing performance and payment bonds and complying with various laws such as OSHA and Buy American provisions. The contract emphasizes the importance of communication with the contracting officer and the necessity of written clarifications prior to the submission of bids. This IFB underscores the government's commitment to fostering small business participation while ensuring regulatory adherence throughout the contracting process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--Extend Public Launch Ramp at Hemenway Harbor - 332529, Lake Mead National Recre
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the construction of an extension to the public launch ramp at Hemenway Harbor in the Lake Mead National Recreation Area, Nevada. The project involves the in-water construction of approximately 1,100 linear feet of launch ramp, utilizing precast concrete panels, and requires significant excavation of soft sediment while maintaining partial operational capacity during a projected 730-day construction period. This initiative is part of the government's commitment to enhancing recreational facilities and is specifically designated for Indian Small Business Economic Enterprises (ISBEE), with an estimated project cost exceeding $10 million. Interested contractors must be registered in the System for Award Management (SAM) and possess a DUNS number, with the solicitation expected to be issued on or after September 26, 2024; for further inquiries, contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a project involving the exterior painting and application of fire retardant to roofs at Lassen Volcanic National Park. The scope of work includes painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to approximately 34,000 square feet of shake shingles on 19 historic structures. This initiative is crucial for preserving the park's historical integrity while ensuring compliance with federal safety and environmental standards. Interested small businesses must submit their quotes electronically by 3 PM PDT on September 18, 2024, with an estimated contract value between $100,000 and $250,000. For further inquiries, contact Phaedra Fuller at PhaedraFuller@nps.gov or by phone at 360-565-3009.
    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.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    F--Mold Remediation at Fort Union, New Mexico
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for mold remediation services at a housing unit located at Fort Union National Monument in New Mexico. The primary objective is to remove toxic mold from the utility room and furnace area, which has affected two bedrooms, due to a leaking furnace gasket. This project is critical for ensuring the safety and habitability of the housing unit, with a performance period scheduled from September 20, 2024, to September 30, 2024, and a proposal submission deadline set for September 18, 2024, at 1:00 p.m. MDT. Interested contractors should contact Stacy Vallie at StacyVallie@nps.gov or call 307-344-2076 for further details.
    Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial transaction guidelines. This contract is crucial for maintaining operational efficiency and supporting conservation efforts at a site that attracts millions of visitors annually. Interested small businesses must submit their quotations electronically by October 11, 2024, and direct any questions to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    F--Abatement Services - MA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for abatement and asbestos removal services at the Parker River National Wildlife Refuge in Newburyport, Massachusetts. The primary objective is to safely remove all asbestos-containing materials from "The Pink House," a 1,512 sq ft structure, with a target completion date of December 31, 2024. This project is crucial for ensuring environmental safety and compliance with federal and state regulations regarding hazardous materials, particularly in protecting public health and wildlife resources. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024. Interested contractors can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    BICY 229154
    Active
    Interior, Department Of The
    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. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.