99--GATE-REPLACE SIGNS AT M.FIELD & FOWA
ID: 140P4524R0005Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SUPPLY MABO(45000)STATEN ISLAND, NY, 10305, USA

NAICS

Sign Manufacturing (339950)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking proposals for the fabrication and installation of signage at Fort Wadsworth, Miller Field, and Great Kills Park in Staten Island, NY, under the solicitation number 140P4524R0005. The project involves replacing existing signs and requires contractors to provide all necessary labor, materials, and permits, while adhering to federal guidelines and ensuring compliance with the detailed requirements outlined in the solicitation documents. This initiative is crucial for maintaining and enhancing the infrastructure of national parks, thereby improving visitor experience and safety. Interested small businesses must submit their proposals by August 23, 2024, at 12:00 PM EDT, and can direct inquiries to Linda Richardson at Linda_Richardson@nps.gov or by phone at 718-815-6151.

    Point(s) of Contact
    Richardson, Linda
    (718) 815-6151
    (718) 815-6971
    Linda_Richardson@nps.gov
    Files
    Title
    Posted
    The government document primarily deals with various federal and state grant opportunities and Requests for Proposals (RFPs) aimed at improving infrastructure, community health, and environmental projects. It highlights multiple funding sources available to local governments, nonprofits, and other organizations. Key ideas include grant eligibility criteria, project requirements, and deadlines for application submissions. The document stresses the importance of adhering to federal guidelines while submitting proposals and emphasizes competitive grant processes that require well-developed project plans and expected outcomes. Additionally, it outlines the evaluation criteria that will be used to assess submissions, such as sustainability, community impact, and scalability. Moreover, it provides instructions on how to navigate the application process, including necessary documentation and compliance with procurement regulations. By detailing these elements, the document serves to inform interested parties about available resources and encourages proactive engagement in application efforts, ultimately fostering community development and enhancing public services.
    The document outlines the Contract Price Schedule for a project managed by the National Park Service (NPS) to replace signs at Fort Wadsworth, Staten Island, under Solicitation Number PARK - PMIS: 251577. It specifies that bidders must provide pricing for base line items and all contract line item numbers (CLIN), which are structured in a detailed format. Each CLIN is assigned a unique identifier and initially lists a quantity, unit of measure, and pricing columns, including unit and raw prices. Critical points include mentioning that errors in calculation will default to unit prices and that rounded totals must be expressed in whole dollars. The project is part of federal government initiatives aimed at maintaining and enhancing infrastructure in national parks. This contract emphasizes the importance of submitting comprehensive proposals in compliance with the solicitation requirements, which are essential for ensuring accountability and accurate budgeting for public projects.
    The National Park Service (NPS) has issued a Contract Price Schedule as part of a Request for Proposals (RFP) concerning the replacement of signs at Great Kills Park in Staten Island. The solicitation, identified by the number PARK - PMIS: 251572, outlines various Contract Line Item Numbers (CLINs) that detail the requirements and pricing structure for the project. Each item, primarily categorized as lump sum (LS), must include a unit price and total price, ensuring compliance with the solicitation documents. The document emphasizes that errors in pricing calculations will be overridden by the unit price and corrected totals. Offerors must submit conforming proposals reflecting pricing for base line items, as several opportunities for error are explicitly noted. The structured listing of CLINs indicates the project's focus on systematic and detailed budget proposals for the sign replacement initiative, fundamentally aimed at maintaining and enhancing the park's infrastructure and visitor experience.
    The document outlines a Contract Price Schedule for the National Park Service (NPS) related to a project at the Gateway National Recreation Area, specifically focused on replacing signs at Miller Field in Staten Island. It provides a detailed structure for submitting pricing proposals, emphasizing that offerors must comply with specific line item requirements, including base line items and all related costs. Each line item lists various types of signs, along with their quantities and unit prices, which are currently noted as $0.00, indicating that these figures are placeholders awaiting actual bids. The schedule mandates that proposals include unit prices and extended totals for unit-priced items while instructing bidders on corrections for calculation errors. The document serves as a formal request for proposals (RFP), inviting contractors to submit competitive offers while maintaining compliance with federal guidelines. Overall, the document focuses on the logistical and financial aspects of the sign replacement project within the context of government contracting processes, highlighting the systematic approach required for proposal submission and evaluation.
    The document serves as a Past Performance Questionnaire/References for contractors responding to the solicitation 140P4524R0005 regarding the Gate-SIU Sign Fabrication Installation project. The aim is to gather information about the contractor's qualifications, experience, and prior performance on similar projects. Key components include details on the contractor's business type, years of relevant experience, completion of similar projects in the past five years, and whether they have encountered any project failures or required performance/payment bonds. Contractors must list at least three relevant past projects, including specific contact information for references. The questionnaire emphasizes the necessity for accuracy and legibility, must include a signature for certification, and must be submitted via email to the designated contact, Linda Richardson. This document is critical for evaluating bidders' capabilities in fulfilling the specific requirements of the federal government’s contracting process.
    The document is an amendment (140P4524R0005) related to a solicitation issued by the National Park Service (NPS) for a project in Staten Island, NY. This amendment addresses inquiries regarding the proposal and extends the submission deadline to August 23, 2024, at 12:00 PM EDT. Specifically, it clarifies that no permits are required for the installation of non-illuminated signs and asserts that the signs listed in the Statement of Work are the only ones to be posted by the contractor. Any additional signs referenced will be fabricated and stored for future installation by park personnel. Acknowledgment of the amendment is required to ensure the acceptance of any changes to previously submitted offers. The document emphasizes compliance with solicitation terms while maintaining the integrity of the contracting process. Overall, it illustrates the procedural rigor involved in federal contracting, particularly in clarifying requirements and timelines.
    The document outlines a Request for Proposal (RFP) for the fabrication and installation of signage for the Gateway National Recreation Area, specifically the Staten Island Unit, covering Fort Wadsworth, Miller Field, and Great Kills Park. The RFP, identified as 140P4524R0005, is a 100% Small Business Set-Aside under NAICS Code 339950, with a response deadline set for August 15, 2024. The selected contractor will be responsible for providing all necessary labor, materials, and permits to fabricate and install new signs, as well as demolish existing ones. Key evaluation factors include technical capability, management capability, past performance, and cost/price, with a heavier emphasis on non-price factors. Contractors must demonstrate their ability to manage projects effectively and furnish resumes for key personnel engaged in the project. There are specific guidelines for the preparation of quotes across four volumes: Technical Capability, Management Capability, Past Performance, and Cost/Price. The anticipated period of performance is from September 15, 2024, to March 15, 2025. Contractors must also comply with federal travel regulations and liability insurance requirements as detailed in the RFP. All inquiries must be directed to Linda Richardson at the National Park Service, ensuring correspondence adheres to protocol to maintain procurement eligibility.
    The technical questionnaire is part of the solicitation process for the Gate-SIU Sign Fabrication Installation project at Fort Wadsworth, Miller Field, and Great Kills Park in Staten Island, NY. It aims to gather detailed responses from offerors regarding their project approach, relevant experience, technical knowledge, equipment utilization, and quality assurance measures. The document consists of five questions covering: 1) the project completion plan in line with the statement of work and budget; 2) the offeror's experience and previously completed projects relevant to the scope of work; 3) the contractor's demonstration of necessary technical knowledge for this task; 4) the equipment to be used for completing project tasks; and 5) the strategies employed to ensure quality deliverables. Respondents are advised that their detailed, clear answers will play a critical role in the evaluation and selection process for award. The emphasis is on providing specific and comprehensive information to avoid being deemed non-responsive. Overall, the questionnaire is designed to assess capabilities and align contractor responses with the project's requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--HPTC SELECTIVE REPLACEMENT OF PALISADE
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the selective replacement of damaged palisade walls at Fort Vancouver National Historic Site in Washington. The project requires contractors to provide labor, materials, and equipment to replace specific components of the palisade, with a performance period of 150 calendar days following the notice to proceed. This initiative is crucial for preserving the historical integrity of the site, which is a replica of the historic Hudson Bay fort, and ensuring public safety during construction. The estimated contract value ranges from $250,000 to $500,000, and interested small businesses must submit their proposals by September 11, 2024, with a site visit scheduled for August 14, 2024. For further inquiries, contractors can contact Franklin Mahan at franklinmahan@nps.gov or by phone at 240-741-3727.
    NJ EDWIN B FORSYTHE NWR SIGN INSTALL
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the installation of signs at Little Beach Island in Ocean County, New Jersey, as part of the Edwin B. Forsythe National Wildlife Refuge project. The contractor will be responsible for installing eight 4’ by 8’ aluminum signs and five 2’ by 4’ aluminum signs, with the government providing the signs themselves; the contractor must supply signposts, concrete, hardware, and necessary equipment for installation. This project is crucial for protecting critical nesting habitats for endangered species by deterring public recreation on the island. Interested small businesses must submit their quotes by September 10, 2024, and can contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further information.
    KAWW - DEVELOP COMPREHENSIVE SIGN PLAN
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the development of a Comprehensive Sign Plan for the Katahdin Woods and Waters National Monument in Maine. The objective is to create a cohesive system of identity, motorist guidance, and visitor information signs to enhance visitor orientation and communication within the park, which currently lacks sufficient signage. This initiative is crucial for improving visitor experience and safety, ensuring compliance with federal standards for accessibility and visual communication. Interested contractors must submit their proposals by September 19, 2024, with inquiries directed to Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145. The anticipated contract will be awarded as a Firm-Fixed-Price Purchase Order, with a performance period from October 1, 2024, to December 31, 2025.
    GOIS 152683 Demolish Incidentally Acquired Buildin
    Active
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) seeks experienced contractors for the GOIS 152683 project, which involves demolishing and removing incidentally acquired buildings and associated infrastructure on Governor's Island National Monument, New York City, while minimizing visitor impact. The upcoming competitive acquisition, estimated at $5-10 million, requires complex demolition, hazardous material management, and landscape restoration expertise. Responses from large and small businesses are welcome, focusing on their capabilities and experiences. NPS aims to develop an effective acquisition strategy based on the responses received by 12 Noon on September 12, 2024.
    Y--SLBE 318729 Comprehensive Facility Rehabilitation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the SLBE 318729 Comprehensive Facility Rehabilitation project on Manitou Islands, Michigan. This initiative aims to rehabilitate over 35 historic structures, two ferry docks, and associated utility infrastructure, addressing significant maintenance backlogs with a contract value exceeding $10 million. The project is crucial for preserving the historical integrity of the national park while enhancing essential infrastructure for visitor access and safety. Interested contractors must submit their proposals by September 10, 2024, and can direct inquiries to Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    Y--HAFC FOMA EXHIBITS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the planning, design, fabrication, transportation, and installation of exhibit elements at the Hot Springs National Park's Hot Springs Mountain Tower under Solicitation Number 140P2124R0078. This opportunity is set aside for small businesses and focuses on creating engaging interpretive experiences that highlight the park's historical and environmental significance, adhering to accessibility standards and compliance with federal regulations. The total budget for this project is estimated between $198,000 and $228,000, with proposals due via email by September 9, 2024, and questions to be submitted by August 22, 2024. Interested contractors should contact Shelia Bender at DeeDeeBender@nps.gov or by phone at 304-535-6227 for further details.
    NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking bids for the restoration of the Samuel Gompers Statue and Edmund Burke Memorial located at the National Mall in Washington, DC. The project involves cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation of the restoration process. This initiative underscores the importance of preserving historical sites while ensuring compliance with federal standards and sustainability practices. Proposals are due by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges from $100,000 to $250,000, and interested contractors can contact Bophany Drakeford at BophanyDrakeford@nps.gov for further information.
    Y--SITK - FY24 TOTEM POLE INSTALLATION
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the installation of two totem poles at Sitka National Historical Park in Alaska. The project involves the installation of a new Waasgo Legend pole and the replacement of the existing Yaadaass Crest First Twin pole, requiring contractors to conduct a site visit to assess conditions and ensure stability in the unique environmental context of Sitka. This initiative is crucial for preserving the park's cultural heritage, with a contract performance period from October 1, 2024, to December 31, 2024, and an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by email and direct inquiries to Tyler Groves at tylergroves@nps.gov by September 6, 2024.
    M--EDIS LINCRUSTA WALTON WALL COVERING
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide conservation services for the Lincrusta Walton wall covering at the Thomas Edison National Historical Park. The project involves cleaning, restoring, and preserving the historically significant wall covering, which has deteriorated over time, and requires contractors to demonstrate relevant experience and adherence to National Park Service standards. This initiative is crucial for maintaining the integrity of historical sites and ensuring public access to culturally significant artifacts. Interested contractors must submit their proposals by September 5, 2024, with the contract performance period expected to commence on September 30, 2024, and conclude by July 23, 2025. For further inquiries, contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
    R--HAFC_PECO_WAYSIDE_Exhibit Planning & Design
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for planning and design services for nine wayside exhibits at Pecos National Historical Park in New Mexico. The objective is to create comprehensive designs that enhance visitor engagement by providing updated content, ensuring accessibility compliance, and integrating contemporary perspectives into the exhibits. These wayside exhibits are crucial for educating the public about the park's historical significance and promoting responsible visitor behavior while preserving ecological integrity. Proposals are due by September 16, 2024, with a pre-submission question period ending on August 28, 2024. Interested parties can contact Sheila Spring at SheilaSpring@nps.gov or by phone at 304-535-6239 for further information.