Z--COLO 200920, Jones Mill Pond Dam and Colonial Park
ID: 140P2024R0072Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)

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 proposals for the construction and repair of the Jones Mill Pond Dam and Colonial Parkway in Williamsburg, Virginia. The project entails significant repairs, including dewatering the pond, replacing the historic concrete parkway, stabilizing the dam, and improving drainage systems, with a total estimated construction value between $5 million and $10 million. This initiative is crucial for maintaining infrastructure integrity within the Colonial National Historical Park, ensuring compliance with federal environmental standards while supporting small business participation through a total small business set-aside. Interested contractors must submit their proposals by September 13, 2024, and can direct inquiries to Brenda Smith at brenda_smith@nps.gov or by phone at 720-315-2035.

    Point(s) of Contact
    Files
    Title
    Posted
    The Colonial National Historical Park project in Williamsburg, Virginia, focuses on the repairs and improvements of Jones Mill Pond Dam and the Colonial Parkway. It includes detailed specifications, project management procedures, and environmental considerations. The project encompasses the removal and replacement of concrete, site clearing, rehabilitation of structures, traffic management, and adherence to Federal Sustainability Requirements. Key sections address construction progress documentation, safety protocols, quality assurance, and coordination among multiple contractors to ensure efficient workflow. The importance of complying with local regulations, obtaining necessary permits, and environmental protection are emphasized. Additionally, the document outlines the process for contract modifications and defines contract line items for accurate measurement and payment. Overall, the project aims to enhance infrastructure while preserving the historical integrity of the park.
    The document is a General Wage Determination issued for heavy dredging construction projects in Virginia, outlining prevailing wage rates and worker classification standards under the Davis-Bacon Act. The wage rates are divided into various classes (A1 through D), with specified hourly pay and fringe benefits for each classification relevant to the dredging operations, including roles such as Deck Captain, Crane Operator, and Deckhand. It emphasizes that contracts awarded after January 30, 2022, must adhere to minimum wage rates set by Executive Orders 14026 and 13658, with stipulated rates for different contract dates. Contractors must comply with additional requirements for unlisted classifications and provide paid sick leave as per Executive Order 13706. The document includes information on how to appeal wage determinations. This wage determination plays a critical role in ensuring fair compensation for workers involved in federally funded heavy construction projects, aligning with government regulations and labor standards.
    The document outlines the Contract Price Schedule for a project by the National Park Service (NPS) at Colonial National Historical Park, specifically for the Jones Mill Pond Dam and Colonial Parkway Repairs. It details the various phases of construction, categorized under distinct Contract Line Item Numbers (CLIN). The CLINs include Mobilization/Demobilization and sequential phases of construction (Phase 1A through Phase 3), each listed with their corresponding quantities and designated as “LS” (lump sum). The total base price will encompass the combined costs of all specified line items. Additionally, all measurements and payment details are provided in the referenced specifications section. This contract document facilitates transparency and ensures adherence to federal guidelines for procurement related to infrastructure improvements in national parks.
    This Project Experience Questionnaire is part of solicitation 140P2024R0072, focusing on aggregating project-specific information from potential contractors to assess their qualifications. Contractors must provide detailed responses regarding their previous project experience, limiting submissions to the stipulated quantity and timeframes. Key sections require identification of project information, including titles, locations, owners, and points of contact. The document outlines specific questions aimed at evaluating the contractors’ project work, including descriptions of completed work, identification of relevant project experience elements, explanations for any changes in project pricing and scheduling, challenges faced, methods employed, and overall lessons learned. The intended purpose is to obtain comprehensive insights into the contractors' experience and capabilities, ensuring they align with the government's requirements for future projects, ultimately aiding in decision-making for proposal evaluations. This structured format facilitates the analysis of a contractor’s track record and problem-solving skills relative to the project specifications outlined in the solicitation.
    The Past Performance Questionnaire is a critical component of the solicitation process for federal contracts, specifically for the National Park Service (Solicitation No. 140P2024R0072). This document is designed for offerors to provide detailed contractor information and past project experiences, which will be used as source selection information deemed sensitive. Contractors are prohibited from using the questionnaire's details for promotional purposes. The questionnaire includes sections for the offeror to provide company and project information, while references evaluate the contractor's performance in various areas such as quality, schedule management, cost control, management practices, small business subcontracting, and regulatory compliance. Each evaluation area includes a rating system ranging from 'Exceptional' to 'Unsatisfactory' along with space for comments to support the ratings. References must return their evaluations by August 30, 2024. This process illustrates the government's meticulous evaluation of contractor capabilities to ensure successful project execution and adherence to standards suitable for public funds. Overall, the questionnaire serves as a mechanism for gathering qualitative performance data critical to the government procurement process.
    This memorandum from the United States Department of the Interior, National Park Service, discusses a bank's response to a Request for Information related to the solicitation for repairs and improvements at Jones Mill Pond Dam and Colonial Parkway. The document outlines the banking history of an unnamed company, detailing its account status, average balances across various tiered accounts, and line of credit specifics. It includes information on the number of accounts and rates of outstanding payments, as well as any overdrafts, providing insights into the company's overall financial health as assessed by the bank. Primary contacts for further inquiries are listed at the end. The memorandum serves to evaluate the financial capacity of the responding company in relation to federal procurement processes concerning infrastructure projects within national parks.
    The document outlines a federal government contract report that requires compliance with specific subcontracting limitations for prime contractors engaged in contracts valued over $150,000. It states the total contract price and includes details about the contractor’s compliance with Small Business Administration participation rules. The document emphasizes the submission of a Corrective Action Plan if the subcontracting percentages for non-similarly situated subcontractors (NSS) exceed limits defined in various government clauses. A "similarly situated subcontractor" (SSS) is defined, indicating these subcontractors must participate in the same SBA program as the prime contractor. The report mandates that the prime contractor invoices for their work, listing amounts invoiced and amounts allocated to SSS and NSS categories, reinforcing accountability in utilizing eligible subcontractors. Compliance with these regulations is essential to promote small business participation and ensure the proper allocation of federal funds in federally awarded contracts.
    The provided document outlines the construction plans for repairs and improvements to the Jones Mill Pond Dam. It includes a comprehensive list of drawings that detail various aspects of the project, such as site plans, erosion and sediment control measures, grading plans, and traffic control details. Each drawing is identified by a specific sheet number, ranging from the cover sheet to detailed construction specifications. Key features include plans for demolition, planting sections, structural notes for concrete elements, and environmental restoration requirements. Emphasized throughout are guidelines for traffic control and erosion prevention to manage the site's ecological impact during construction. The project appears to align with federal and state requirements regarding infrastructure improvements, enhancing safety and functionality within the area while minimizing disturbance to the surrounding environment. This document serves as a crucial reference for engineers, contractors, and regulatory agencies involved in the execution and oversight of the dam restoration project, ensuring that all aspects are meticulously planned and compliant with existing regulations.
    The Virginia Department of Environmental Quality (DEQ) informs that the Jones Mill Pond Dam Rehabilitation project in Yorktown, Virginia, does not require a Virginia Water Protection (VWP) Permit or general permit coverage, given no changes to project size or scope. This notice follows the submission of a Joint Permit Application (JPA) on January 8, 2024. The project qualifies for exclusions due to discharges managed by the U.S. Army Corps of Engineers’ regulations and will not significantly impact surface waters or instream flows. The DEQ emphasizes that unauthorized impacts must be reported within 24 hours, stressing immediate communication in cases of fish kills or fuel spills. Additionally, the applicant is responsible for obtaining necessary approvals from other agencies. A waiver of § 401 Water Quality Certification has been confirmed, eliminating the need for public notice per state regulations. For further inquiries, the DEQ provided contact information for relevant personnel. This correspondence highlights DEQ's oversight role while outlining compliance expectations for environmental protection in project activities.
    The York County Wetlands Board has reviewed a permit application (NPN 24-01, VMRC 24-0037) for improvements to the dam at Jones Mill Pond, which seeks to enhance drainage and stability of the dam structure. After evaluation, the Board determined that the project will not affect tidal wetlands and, therefore, does not require a York County tidal wetlands permit. However, the application may still necessitate authorization from the Army Corps of Engineers (ACOE) and the Virginia Marine Resources Commission (VMRC), where compliance with the most stringent of these requirements is advised. This communication, dated January 16, 2024, underscores the process of regulatory oversight in environmental projects, focusing on compliance with necessary permits from relevant authorities. The document reflects the interconnectedness of federal, state, and local regulations in managing wetlands and related infrastructure improvements.
    The U.S. Army Corps of Engineers, Norfolk District, has issued a letter regarding the maintenance application (NAO-2024-00113 / VMRC# 24-V0037) submitted by WSP Solutions for the Jones Millpond Dam in Yorktown, Virginia. The proposed project complies with exemptions under Section 404(f)(1) of the Clean Water Act (CWA) and adheres to federal regulations, indicating that the maintenance work does not require Department of the Army (DA) authorization under the CWA, provided it occurs outside of U.S. waters. The letter emphasizes the reliance on the information from the applicant and warns that any inaccuracies could lead to rescinding this determination. The Corps expresses appreciation for compliance with federal laws and offers assistance for further inquiries. This correspondence reflects the regulatory process concerning federal environmental laws applicable to state and local projects involving water resources.
    The document pertains to the Colonial National Historical Parkway's Jones Mill Pond, focusing on a civil engineering plan with a normal water surface elevation of approximately 20.0± feet. The plans have been preliminarily reviewed and are clearly indicated as not for construction. The file was received by the Virginia Marine Resources Commission (VMRC) on January 5, 2024. The accompanying layout indicates various impact site numbers, suggesting that the document may be part of an environmental review or impact assessment related to development or restoration efforts aimed at this historical site. The document serves as a preliminary outline intended for internal review and compliance with federal and state guidelines, underlining the importance of preserving national historical sites while planning infrastructure modifications.
    The document is an application to the Chesapeake Bay Board for a Water Quality Impact Assessment submitted by the National Park Service for Jones Mill Pond dam rehabilitation in York County, Virginia. The proposed project includes extending the dam toe, enhancing stability, improving maintainability, and performing road and spillway improvements. Key components of the application address land disturbances, including excavation, filling, and grading, with an emphasis on best management practices to minimize environmental impacts in Resource Protection Areas (RPA). The site is primarily wooded with existing water features, and mitigation measures include tree protection, sediment control structures, and the planting of new trees and shrubs. The application justifies the project as necessary for maintaining a water-dependent facility and outlines compliance with local and state regulations. It requests exceptions related to land development in RPA, arguing that the project meets essential criteria for relief as per the Chesapeake Bay Preservation Act. Overall, the document serves to assess environmental impacts and secure necessary permissions for the proposed dam rehabilitation while adhering to legal and ecological standards in the Chesapeake Bay area.
    The document outlines a hydrologic and hydraulic analysis for the Jones Mill Pond Dam and Colonial Parkway Repairs in Williamsburg, VA. It includes detailed assessments of watershed areas, focusing on the Western and Eastern Swale Subwatersheds, along with associated parking lot swales. The analysis presents composite curve number calculations, evaluating various soil types with specific slopes, and impervious areas across different subwatersheds. It details flow calculations for each swale during different storm events, including 2-year, 10-year, and 100-year storms, examining flow velocities, overtopping depths, and required erosion protections. The report indicates that permanent overtopping protection is provided using ACB Matting for various elevations and storm events, ensuring structural integrity and minimizing erosion. Additionally, the document includes numerous hydrograph reports that depict peak discharges, storm frequency, and reservoir storage capacities. The findings guide the necessary hydrological management to address stormwater runoff effectively, highlighting the importance of compliance with environmental management standards as part of government projects. The detailed data serves as essential support in competing for federal grants and local RFPs focused on infrastructure improvements and environmental sustainability.
    The report presents an analysis of seepage and stability concerning the proposed rehabilitation of Jones Mill Pond Dam in York, Virginia, focusing on engineered improvements like regrading, the application of Articulating Concrete Blocks (ACB), and spillway repairs. The stability impacts of water drawdown were evaluated to determine internal porewater pressure changes and the stabilizing effects of hydrostatic pressure. It addresses drawdown scenarios—rapid and slow—demonstrating how a significant reduction in water levels affects soil matric suction and effective stress conditions related to slope stability. Key findings indicate that prolonged dewatering (minimum of five days) from Elevation 20 to Elevation 12 is crucial to maintain stability and avoid localized instabilities, with safety factors illustrated through finite element modeling (PLAXIS). Recommendations include the installation of helical anchors to enhance sliding resistance for embankments with low safety factors, where specific configurations and capacities of these anchors are outlined for different sections of the dam. Overall, the analysis combines engineering principles with safety assessments to support management decisions regarding the dam's rehabilitation in compliance with federal regulations and best practices in geotechnical engineering.
    The government document addresses a Request for Proposals (RFP) for the Jones Mill Pond Dam project in Colorado, responding to various inquiries from contractors. Key updates include reducing the experience requirement for installers of helical soil anchors from ten to five projects, with alternative qualifications considered. The document clarifies the need for project plans and specifications during bidding, outlines conditions for installation of materials like the Upstream Stone Armor Buttress, and details the responsibilities for maintaining water levels and sediment controls during the construction process. Additionally, it emphasizes that any contractor delays related to permit acquisition will be managed by the National Park Service (NPS). The final answers to these inquiries aim to provide clarity on specifications and processes, addressing concerns about design responsibilities and project management. This document is a crucial resource for bidders, ensuring that all participants have the necessary information to form competitive proposals while adhering to governmental regulations and project requirements.
    The National Park Service has conducted a dam safety evaluation for the Jones Mill Pond Dam at Colonial National Historical Park, Virginia, detailing necessary assessments and remedial measures for identified safety issues. The report includes visual assessments, geotechnical investigations, and sediment analyses to evaluate dam conditions and potential failure modes, such as subsurface erosion and overtopping. The dam, classified with low hazard potential, poses risks primarily related to its structural integrity and its impact on the Colonial Parkway traffic. The study recommends addressing deficiencies through various means, including slope stabilization, dredging sediment from the low-level outlet, reinforcing embankment slopes, and updating hydrological assessments. Two conceptual repair alternatives are proposed: one that preserves existing slopes while stabilizing them, and another that flattens the slopes but may affect adjacent wetland resources. Future steps involve further investigations to support the design of selected remedies and a Screening Level Risk Assessment to evaluate potential failure modes systematically. This comprehensive evaluation emphasizes the NPS's commitment to ensuring the safety and preservation of the dam and surrounding park resources.
    The correspondence from the Department of Public Works, dated January 5, 2024, pertains to the approval of the Chesapeake Bay Preservation Act Exemption for the Jones Mill Pond Dam Rehabilitation project in York County, Virginia. The approval is contingent upon the implementation of specific plans, namely the Demolition and Erosion Control Plan and the Planting Plan, both dated May 30, 2023, as outlined in the enclosed application. The letter is addressed to Mr. Craig Hanlon from WSP and emphasizes the necessity of adhering to these plans for compliance. The Engineering Specialist III, Kent Henkel, provides his contact information for any inquiries, reinforcing a collaborative approach in the execution of the project. This document exemplifies the procedural communication often found in government-related projects, highlighting the importance of environmental regulations and project oversight in local infrastructure initiatives.
    The document provides a detailed inventory of tree species, their respective diameters at breast height, and their health status (dead or alive) for a specific area, likely related to an environmental assessment or land management project. The list includes 258 entries, with notable species such as Liriodendron tulipifera (tulip poplar), Liquidambar styraciflua (sweetgum), Quercus rubra (red oak), and several others. Each entry indicates whether the tree is alive or dead, with a particular focus on monitoring and potentially managing the health of these trees. The significance of this document lies in its potential use for governmental or environmental organizations in assessing ecological health, guiding reforestation efforts, and making informed decisions regarding land use. Such assessments are integral to federal grants and RFPs, as they contribute to the understanding of biodiversity and environmental sustainability in the public sector.
    The document details the wage determination for heavy construction projects in York County, Virginia, under General Decision Number VA20240204, effective June 21, 2024. It emphasizes compliance with the Davis-Bacon Act, requiring payment of minimum wage rates as stipulated by Executive Orders 14026 and 13658 for contracts awarded or extended after specified dates. For contracts initiated on or after January 30, 2022, the minimum wage is set at $17.20 per hour, while prior contracts not renewed carry a minimum of $12.90. The file includes prevailing wage rates and fringe benefits for various construction roles, such as boilermakers, electricians, and laborers, highlighting that workers may receive higher rates if applicable under executive orders. Additionally, the document outlines provisions for paid sick leave under Executive Order 13706 for contracts awarded post-January 1, 2017. It specifies classification identifiers for rates, ranging from union to survey rates, and details the process for appealing wage determinations. This document serves as an essential reference for contractors and laborers, ensuring adherence to federal wage standards and labor protections in the context of government-funded construction projects.
    The document presents a comprehensive report regarding subsurface boring and soil analysis for the Jones Mill Pond Dam, located in York County, Virginia. Conducted by Fuss & O’Neill, Inc., the assessment involved several appendices detailing boring locations, soil logs, laboratory test results, and soil classification systems. Key findings from the soil boring logs indicate various soil types, including sandy clay and silty sand, with a focus on their moisture content and structural integrity. The Unified Soil Classification System was used to categorize the soil, highlighting significant parameters for engineering assessments. The document also includes laboratory testing summaries that reflect on different soil specimens collected during field tests, outlining parameters like plasticity indices and California Bearing Ratio (CBR) metrics critical for evaluating the earthfill's bearing capacity. Additionally, comments on the necessary repair and remediation methods for existing roadway infrastructure over the dam were provided. Overall, this report serves as a crucial resource for future construction and maintenance plans, emphasizing the importance of in-depth geotechnical evaluations in governmental projects such as the ongoing assessments and improvements of the Colonial National Historical Parkway.
    Exhibit C outlines various reports and figures related to federal and state funding opportunities, including requests for proposals (RFPs) and grants. Its main purpose is to compile necessary miscellaneous information that supports the understanding and application processes for prospective applicants. The document likely categorizes data pertaining to specific funding programs, eligibility criteria, application procedures, and deadlines, facilitating access for individuals or organizations seeking government assistance. Key themes may include strategic priorities of federal and state governments, funding allocations, and foundational requirements for compliance. The document serves as a critical resource within the broader context of government funding opportunities, aiding stakeholders in navigating the complexities of securing financial support for projects. Overall, it embodies a structured approach to disseminating essential information, promoting transparency, and encouraging engagement with governmental funding initiatives.
    The NPS Clean Fill Protocol, revised on March 22, 2020, provides guidelines for assessing and accepting clean fill material. Clean fill is defined as uncontaminated, inert solid material, including soil and construction debris, that must match the native characteristics of the destination area. Due diligence procedures are mandated to evaluate the source for contamination, requiring samples analyzed by certified labs for various contaminants such as volatile and semi-volatile organic compounds, metals, and pesticides. Sampling protocols outlined in the document specify the number of samples required based on the size of the borrow area and volume of fill material. Additionally, if contaminants are suspected, further analysis may be conducted. Any importation of fill must comply with established cleanup goals unless exceptions are warranted. Acceptance of clean fill is documented through a comprehensive report detailing the origin, sampling methodology, results of laboratory analyses, and a comparison with regulatory limits. Topsoil specifications are also included, emphasizing natural composition and freedom from waste. This protocol is designed to ensure environmental protection and public safety, reflecting the federal government's commitment to maintaining ecological standards in fill material usage for construction and land restoration projects.
    The government solicitation document (140P2024R0072) focuses on the construction and repair of Jones Mill Pond Dam and Colonial Parkway in Williamsburg, Virginia. The project involves dewatering the pond, replacing the historic concrete parkway, stabilizing the dam, improving drainage, and repairing the brick outfall structure. The bid schedule, specifications, and construction requirements are thoroughly detailed, with an emphasis on contractor inspections, performance timelines (548 calendar days for completion), and potential penalties for delays ($2,050 per day). Key administrative details include contract clauses related to subcontracting limitations, key personnel assignments, and contractor responsibilities for quality control and compliance with strict inspection protocols. The document mandates electronic invoicing through the U.S. Department of the Treasury's Invoice Processing Platform and includes provisions for assessing contractor performance through a digital system. Overall, the RFP reflects the federal commitment to infrastructure preservation while stipulating rigorous standards for contractors, emphasizing accountability, regulatory compliance, and support for small business participation.
    The Colonial National Historical Park project, PMIS Number 200920, focuses on the repairs and improvements of the Jones Mill Pond Dam and Colonial Parkway in Williamsburg, Virginia. The document outlines extensive specifications including project management, coordination, contract modification procedures, and environmental protections. Key components involve the removal and replacement of concrete, the stabilization of disturbed areas, and compliance with federal sustainability guidelines. The contractor is responsible for strategic coordination of construction activities, ensuring adherence to applicable safety regulations and environmental standards. The project emphasizes communication with various stakeholders, detailed scheduling, and systematic management of resources, including materials and personnel. Required permits must be secured, and any archaeological findings during construction must be reported immediately. The construction operation is designed to minimize disruption and protect the historical integrity of the site. Overall, this initiative reflects the government's commitment to maintaining and enhancing national park infrastructure while complying with federal regulations and ensuring environmental stewardship.
    The document addresses various Requests for Information (RFIs) related to the Jones Mill Pond Dam project under Solicitation 140P2024R0072. It outlines specific clarifications made in response to questions posed about the project specifications. The first RFI corrects a misreference regarding the materials specified for construction, clarifying that only salient characteristics are relevant rather than the Shoreblock products previously mentioned. In the second RFI, clarification is provided on the type of geotextile fabric required; it is confirmed that references calling for a woven fabric should exclude the term “needle punched,” which has been corrected in the specifications document. This file is part of an effort to ensure clarity and accuracy in the contracting process, which is crucial for compliance with federal and state regulations related to public works projects. Such RFIs and their responses play an integral role in providing contractors with precise guidelines, thereby supporting the overall effectiveness and efficiency of government project execution.
    This document serves as an amendment to solicitation number 140P2024R0072, primarily extending the deadline for proposal submissions to September 13, 2024, at 5:00 PM MT. It instructs contractors to acknowledge receipt of this amendment through specified methods and highlights the necessity for electronic correspondence if changes to previously submitted offers are required. The amendment also mentions forthcoming responses to Requests for Information (RFIs) while noting that all existing terms and conditions remain intact. The overall structure includes sections on the amendment's purpose, administrative changes, and compliance with federal acquisition regulations. This amendment indicates the government's ongoing procurement process as it seeks proposals while ensuring that interested parties are informed of critical updates.
    The document concerns Amendment Two to a solicitation identified by the number 140P2024R0072, issued by the National Park Service, specifically regarding modifications to a contract or order. It outlines the requirements for acknowledging receipt of the amendment, emphasizing the importance of timely acknowledgment to avoid rejection of offers. The amendment extends the solicitation timeline and includes the posting of several attachments, including a revised solicitation document of 63 pages. Despite these modifications, all other terms and conditions of the original solicitation remain unchanged. The document includes administrative details such as the address for contract submissions and the responsibilities of the contracting officer. This amendment reflects standard procedures in federal Requests for Proposals (RFPs), ensuring compliance and communication between the government and potential contractors. Overall, the document serves to formally update interested parties on changes to the solicitation while ensuring transparency and adherence to federal contracting regulations.
    The document pertains to Amendment Three of a solicitation concerning contractual modifications within a federal procurement framework. Its primary purpose is to inform contractors about updates to the existing solicitation, specifically the incorporation of an updated attachment (Attachment 26 Specifications) containing revised specifications and a single-page document answering requests for information (Attachment 27 RFIs). The amendment also emphasizes the importance of acknowledging receipt of the amendment via specific methods to ensure the validity of their offers, as failure to do so may result in rejection. It clarifies that all other terms and conditions remain unchanged from the original solicitation, reinforcing procedural compliance for submitting offers before the specified deadlines. The document's structure highlights various aspects of the amendment, including contractor responsibilities, modification details, and procedural guidelines, embodying the standard formalities tied to government solicitations and contract amendments in adherence to FAR (Federal Acquisition Regulation) requirements. This summary encapsulates the essential points of the amendment while maintaining the official tone and structure required within government documents.
    The document is a Request for Proposal (RFP) from the National Park Service for the construction and enhancement projects at the Jones Mill Pond Dam and Colonial Parkway in Williamsburg, Virginia. The project focuses on significant repairs and improvements, including dewatering the pond, replacing the historic concrete parkway, and implementing drainage improvements. This acquisition is designated as a total small business set-aside under the NAICS code 237990, with an estimated construction magnitude between $5,000,000 and $10,000,000. The contractor must commence work within ten days of receiving the notice to proceed, with the project expected to be completed within 548 calendar days. Additional requirements include providing performance and payment bonds, complying with various federal regulations, and submitting offers that meet the specified criteria. Notably, the solicitation outlines expectations for contractor performance, including quality control, mandatory key personnel assignments, and adherence to reporting regulations regarding subcontracting. The RFP emphasizes compliance with environmental standards and acknowledges the funding status as currently unfunded but with high expectations for future availability. This document serves to solicit bids from competitive contractors while ensuring regulatory adherence and quality expectations are met throughout the project timeline.
    Similar Opportunities
    FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of the Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with an estimated construction cost exceeding $10 million and proposals due by October 4, 2024.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    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.
    Y--CHOH 320577 Improve Access at Byron Bridge
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a construction project titled "Improve Access at Byron Bridge" located at the Chesapeake & Ohio Canal National Historical Park in Brunswick, Maryland. The project aims to enhance public access by demolishing an existing staircase and constructing a new one, along with other site improvements, while ensuring compliance with federal regulations and environmental standards. This Total Small-Business Set-Aside opportunity has an estimated construction cost between $1,000,000 and $5,000,000, with proposals due by September 30, 2024, and a performance period from October 15, 2024, to May 13, 2025. Interested contractors can contact Kyle Gonynor at kylegonynor@nps.gov for further details.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    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.
    CC-SHEN001-26 Concession Business Opportunity for Lodging, Food and Beverage, Retail, Campgrounds, Horseback Riding, and Other Services in Shenandoah National Park, Luray, VA
    Active
    Interior, Department Of The
    The National Park Service (NPS) is offering a 15-year concession business opportunity for lodging, food and beverage, retail, campgrounds, horseback riding, and other services at Shenandoah National Park in Luray, Virginia. The selected concessioner will operate 285 lodging units across three resorts, manage multiple food outlets and retail sales, and oversee four campgrounds, including additional services such as camp stores and automotive services. This opportunity is significant for enhancing visitor experiences in one of the nation's treasured parks, which spans over 197,000 acres and features the scenic Skyline Drive and portions of the Appalachian Trail. Interested parties must submit a notice of intent by October 18, 2024, and electronic proposals by November 7, 2024, with further details available from Andrew Gertge at nerconcessions@nps.gov or by phone at 267-318-0116.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    Z--REPLACE FENCING, CARTER BARRON FACILITY
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of approximately 2,100 linear feet of fencing at the Carter Barron Facility in Rock Creek Park, Washington, D.C. The project involves the removal and disposal of existing chain link fencing and the installation of an 8-foot-tall anti-scale mini mesh fence to enhance security and address ongoing vandalism issues. This initiative is part of the government's commitment to maintaining and improving public park infrastructure, ensuring safety and aesthetic appeal. Interested small business contractors must submit sealed quotes by September 18, 2024, and attend a mandatory site visit on September 5, 2024. For further inquiries, contact Jason Burdett at jasonburdett@nps.gov or call 501-762-9517.