N--REPLACE ELECTRICAL AND WATER HEATERS IN PARK HOUSI
ID: 140P8625Q0051Type: Solicitation
AwardedJun 16, 2025
$166.6K$166,556
AwardeeAMA DIVERSIFIED CONSTRUCTION GROUP 1003 CLEGG CT STE A Petaluma CA 94954 USA
Award #:140P8625P0033
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the replacement of electrical and water heaters in park housing at the Golden Gate National Recreation Area in Marin County, California. The project involves the removal of existing water heaters and the installation of new heat pump hybrid water heaters, along with necessary plumbing and electrical upgrades across multiple buildings. This initiative is crucial for enhancing the infrastructure of national parks, ensuring safe and efficient operations for both staff and visitors. The estimated construction cost ranges from $100,000 to $250,000, and the procurement is set aside for small businesses only. Interested contractors must submit their proposals electronically by June 2, 2025, following a mandatory site visit on May 19, 2025. For further inquiries, contact Patty Payne at Patty_Payne@nps.gov or call 559-730-6435.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a project for replacing electrical and water heaters at various park housing units within the Golden Gate National Recreation Area, managed by the National Park Service. The project entails the installation of heat pump hybrid water heaters across multiple dormitories, including Capehart and Buildings 937, 1058, and 35S. Each task includes the removal of old equipment, necessary plumbing and electrical work, and coordination with Pacific Gas and Electric Company for service changes. Additionally, there are optional proposals for further installations at Buildings 937A, 937B, and Building 1057. A significant portion is dedicated to outlining specifications for contract line items, product requirements, and installation procedures. The document also emphasizes adherence to safety codes, proper maintenance of existing structures, and coordination with other ongoing projects. By detailing requirements for equipment, installation practices, and painting specifications, this RFP demonstrates the federal commitment to maintaining and enhancing the infrastructure of national parks, ensuring a safe and efficient environment for both visitors and staff. This aligns with government goals of sustainability in public project initiatives.
    The information pertains to Fort Cronkhite, a former World War II military base located in Sausalito, California, which is now recognized as a historical site. The site features preserved military structures including barracks and mess halls, along with various artifacts and trails for exploration. It operates 24 hours a day, offering visitors the opportunity to experience its rich history. The document also provides logistical information for Project Walk, indicating that it will take place at the Rodeo Beach Parking Lot within the Marin Headlands, where cell service is not available. This summary points to the site's historical significance and its accessibility for community and educational activities.
    The document outlines the Davis-Bacon Act wage determinations for residential construction projects in various counties of California, specifically relating to contracts subject to federal guidelines. It provides minimum wage rates for covered workers under Executive Orders 14026 and 13658, which mandate different wage levels depending on the contract's effective date. The file includes detailed wage rates for various construction trades such as carpenters, electricians, laborers, and ironworkers across defined geographical areas, specifying rates and fringe benefits. It highlights the required compliance for contractors concerning worker compensation, conformance requests for missing classifications, and the application of Executive Orders. The document serves as a vital resource for contractors bidding on federal contracts, ensuring they meet wage obligations and worker protections established by federal law. This wage determination is critical for promoting fair labor standards and compliance in public projects funded at the federal level.
    The Federal Request for Quotation (RFQ No. 140P8625Q0051) relates to service boiler projects at the Golden Gate National Recreation Area. It outlines the requirements for quoters to submit their business details, including name, address, Unique Entity Identifier (UEI), contact information, and signatures. Quotations must indicate whether the work will be self-performed or subcontracted, including relevant subcontractor details and the key trades assigned. Additionally, quoters are required to provide a list of relevant past projects, including project titles, contract numbers, agency owners, contract amounts, performance periods, and a description of how these projects are related to the current opportunity. This information should also include references with contact details. The document is structured to ensure that potential contractors clearly outline their capacities and qualifications, demonstrating their ability to meet the contracted requirements effectively. This RFQ reflects standard practices in federal contracting aimed at securing qualified service providers for government projects while capturing essential information for evaluation and selection.
    The Golden Gate National Recreation Area is issuing a Request for Proposal (RFP) for the replacement of electrical and water heaters in park housing, specifically at Capehart and various dormitory buildings. The project, managed by the National Park Service, includes the removal of existing tank water heaters and installation of new heat pump hybrid water heaters across multiple locations. Key tasks involve necessary plumbing and electrical installations, including the provision of copper piping and proper electrical service changeouts to support the new equipment. Contractors are required to ensure compliance with local regulations and establish coordination with PG&E for service interruptions. Additionally, the document includes details about government-furnished equipment and outlines various contract line items for the project, emphasizing labor and material inclusions necessary for completion. The work must adhere to specified guidelines for quality assurance and installation processes, ensuring all components are appropriately identified and documented. This RFP illustrates the government's commitment to maintaining safe and efficient facility operations within the national park.
    The document outlines specifications and details regarding equipment and installations for government projects involving heating and electrical systems. Key points include the provision of equipment such as heat pump washer/dryer combos and hybrid water heaters for specific options (1057 and 1058), and detailed electrical specifications for load centers. The 1058 load center is specified as 200-amp with various technical attributes detailed, including dimensions and ratings. Each unit (937A and 937B) is to have a new 80-gallon heat pump hybrid water heater, improving energy efficiency. Attached cut sheets and product specifications from Eaton Corporation provide further clarity on the electrical installations required. This information is crucial for contractors bidding on government RFPs, ensuring compliance with specifications and adherence to safety standards in project execution. Overall, the document serves to equip contractors with technical specifications necessary for preparing bids while promoting energy-efficient solutions in government-funded projects.
    The document outlines a Contract Price Schedule for the National Park Service (NPS) project at the Golden Gate National Recreation Area, specifically focusing on the replacement of electrical and water heaters in park housing located at the Marin Headlands. Offerors must submit compliant proposals that include costs for baseline and option line items, with stipulations on how to handle errors in calculations. The project involves installing government-furnished water heaters in various buildings, as well as electrical system upgrades and plumbing installation for washing machines. The total pricing structure includes a breakdown of unit prices and total costs for completion of the defined tasks. This request for quotation (RFQ 140P8625Q0051) emphasizes precise pricing submission and adherence to provided specifications, reinforcing compliance with the overall bidding process in the context of federal procurement.
    This document is an amendment to a solicitation for a federal contract, specifically Amendment 001 to solicitation number 140P8625Q0051. The primary purpose of this amendment is to provide additional information relevant to the procurement process, including a site visit log, responses to questions raised during the site visit, and updated specifications. Offerors must acknowledge receipt of this amendment by specific methods before the set deadline to ensure their bids are considered. This document reflects necessary administrative changes and ensures compliance with federal acquisition regulations. It underscores the importance of communication and timely submission in the contracting process, thereby maintaining the integrity and transparency of government procurement procedures. Overall, it serves as critical guidance for contractors interested in responding to the solicitation and emphasizes adherence to proper protocols during the bidding process.
    This document pertains to Amendment 002 of solicitation number 140P8625Q0051, which modifies a government contract for installation projects related to water heaters at specified locations. The primary changes include the cancellation of Bid Option 1, which involved the installation of water heaters at designated buildings, and the provision of updated specifications in response to pre-bid questions and requests for information (RFIs). Key actions outlined require contractors to acknowledge receipt of the amendment by specified methods before the submission deadline, highlighting the importance of compliance to avoid rejection of offers. Additionally, the amendment necessitates the attachment of revised documentation that reflects these changes. This amendment emphasizes the need for precise communication and adherence to procedural guidelines in government contracting, ensuring that contractors are informed of modifications and their implications for bid submissions. Overall, the document illustrates procedural aspects critical to managing modifications in federal government contracts, promoting transparency and compliance in the procurement process.
    The document is an amendment (Amendment 003) to solicitation number 140P8625Q0051, addressing inquiries regarding electrical panel specifications for a project assigned to PPG in San Francisco, CA. The amendment reiterates the requirement for bidders to acknowledge receipt of this amendment to avoid automatic rejection of their offers. Key points include mandates for installing arc fault and GFCI breakers, compliance with NEC standards, and the necessity of surge protection devices for new panels. The document also clarifies that no plans for plumbing and electrical jobs are available and confirms that prior project walk-through appointments are not being taken after the initial meeting on 19 May. Overall, this amendment assures adherence to safety standards while guiding contractors on specific electrical installation requirements. It is designed to ensure compliance with regulatory standards and smooth execution of the project.
    The government solicitation (RFQ No. 140P8625Q0051) seeks proposals for replacing electrical and water heaters in park housing at the Golden Gate National Recreation Area in Marin County, California. The project is set with an estimated construction cost between $100,000 and $250,000, designated as a Total Small Business Set-Aside, restricting bids to small businesses only. Interested contractors are required to provide supervision, labor, and materials while adhering to specific performance and safety standards. The proposal evaluation will follow FAR Part 13.106 guidelines, emphasizing price and additional factors. A mandatory site visit is scheduled for May 19, 2025, with quotations due electronically by June 2, 2025. The prime contractor must comply with the Davis-Bacon Wage Rates and submit detailed daily logs of work performance. Notably, the contract requires strict adherence to safety protocols and reporting obligations regarding any archaeological findings. This initiative exemplifies the government's commitment to enhancing park facilities while fostering small business participation in federal contracting.
    Similar Opportunities
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.