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
    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.
    DENALI NATIONAL PARK HIGHWAY SIGNS
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking quotes for the manufacturing and installation of new highway trailhead signs at Denali National Park and Preserve in Alaska. This project aims to enhance wayfinding for visitors to the newly opened Tsenesdghaas Na’ trailhead by installing two new signs and removing existing signage, ensuring compliance with federal, state, and borough regulations. The contract will be awarded based on a Firm Fixed Price purchase order, with a performance period from September 24, 2024, to June 1, 2025, and is set aside exclusively for small businesses. Interested contractors must submit their quotes and any inquiries via email to Darcy Skinner at darcyskinner@nps.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    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.
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.
    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.
    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.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    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.
    Notice of Presolicitation Site Visit for Concession Opportunity for Lodging, Food & Beverage, Retail, and Camping within Badlands National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is preparing to release a prospectus for a concession opportunity at Badlands National Park, focusing on lodging, food and beverage, retail, and camping services. Interested parties are invited to a presolicitation site visit on September 24, 2024, to tour the facilities and understand the requirements for the upcoming solicitation, which is expected to be issued by mid-November 2024. This opportunity is significant as it aims to enhance visitor services within the park, providing essential amenities to guests while ensuring sustainable operations. Interested businesses must RSVP by September 19, 2024, to Eric Nikkel at ericnikkel@nps.gov, with a limit of two representatives per entity allowed at the site visit.
    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.