LAKE25-0034-RODDER PUMP REPLACEMENT
ID: 140P8125Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MOTOR VEHICLE MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4910)
Timeline
    Description

    The National Park Service (NPS) is seeking qualified contractors for the replacement of the jet rodder pump on its Vactor 2100 Combination Sewer Cleaner truck, which is essential for maintaining park facilities at the Lake Mead National Recreation Area. The project requires the contractor to not only replace the leaking pump but also conduct necessary repairs and testing to ensure optimal operation, with all tasks to be completed within 30 days of contract award and a critical 14-day repair window. This procurement is vital for maintaining the infrastructure that supports park operations and visitor services. Interested vendors must submit their proposals by the end of business on March 7, 2025, and should direct inquiries to Michelle Harrison at Michelle_A_Harrison@nps.gov or by phone at 760-367-5517.

    Point(s) of Contact
    Harrison, Michelle
    (760) 367-5517
    (770) 528-8399
    Michelle_A_Harrison@nps.gov
    Files
    Title
    Posted
    The Lake Mead National Recreation Area is requesting equipment repair services to replace the jet rodder pump on its Vactor 2100 Combination Sewer Cleaner truck, which is leaking hydraulic fluid and essential for servicing park facilities. The project entails not only the replacement of the pump but also necessary repairs and testing to ensure optimal operation. The repairing contractor must be located within 100 driving miles of Boulder City, NV, to prevent wear on the equipment during transit. Essential tasks include replacing the pump and any associated components, testing the pump per manufacturer guidelines, replenishing hydraulic fluids, and fixing a hose leak. All tasks must be finished within 30 days of contract award, with a critical 14-day repair window. The contractor must be an authorized Vactor service center. This document represents a formal request for proposals (RFP) to secure services that ensure the smooth operation of essential park infrastructure, reflecting typical government RFP structures focused on maintenance and repair services.
    The document outlines the Wage Determination No. 2015-5593 for contracts under the U.S. Department of Labor’s Service Contract Act, relevant for projects in Clark County, Nevada. It specifies minimum wage rates based on Executive Orders 14026 and 13658, which require contractors to pay covered workers at least $17.75 or $13.30 per hour depending on when the contract was awarded or renewed. The document lists various occupations, their corresponding wage rates, and outlines fringe benefits, including health and welfare, vacation, and paid holidays for employees covered under the contract. Furthermore, it details requirements for paid sick leave under Executive Order 13706 and explains the conformance process for unlisted job classifications that need additional wage rates. Additional sections address hazardous pay differentials and uniform allowances for employees. This comprehensive wage determination ensures fair compensation for workers on federal contracts and helps maintain compliance with labor standards, thus playing a crucial role in federal grants and RFPs. It emphasizes the government’s commitment to worker protection and fair labor practices within service contracts.
    The document is a Request for Quotation (RFQ) issued by the National Park Service (NPS) for repair services of a Vactor 2100 combination sewer cleaner truck. It is categorized as an unrestricted solicitation under FAR guidelines and identifies a firm fixed-price contract as the expected outcome. The RFQ includes critical deadlines, contact information for inquiries, and stipulates that submissions are due by the end of business on March 7, 2025. Offerors must provide a technical narrative detailing how their services will meet NPS needs, prior experience, and past performance references. Specifically, the document emphasizes a comparative evaluation based on price, technical approach, prior experience with similar projects, and past performance metrics. The contractor must comply with various Federal Acquisition Regulations (FAR) and must be registered in the System for Award Management (SAM) to be eligible. The document establishes strict requirements for submitting quotes, including completion of a checklist and acknowledgment of clauses in the solicitation. Overall, this RFQ aims to solicit qualified vendors to meet specific maintenance needs and ensure compliance with federal contracting requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J--YOSE-SECONDARY CLARIFIER FRAMEWORK
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking contractors for the replacement of the secondary clarifier framework at the El Portal Wastewater Treatment Plant, which is critical for processing wastewater in Yosemite Valley. The project involves removing existing equipment, installing temporary supports, fabricating new framework components, and ensuring compliance with environmental regulations to prevent potential wastewater spills. This initiative is vital for maintaining public health and environmental standards at a national park site, with a project timeline of 120 days for completion. Interested bidders should contact Brian Roppolo at brianroppolo@nps.gov or call 206-220-4215, with the bid submission deadline extended to March 6, 2025, at 12:00 PM PST.
    SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The National Park Service (NPS) is seeking quotes for the inspection and cleaning of a 50,000-gallon elevated potable water tank located at the Sunset Crater National Monument in Arizona. This procurement is a total small business set-aside, encouraging participation from small enterprises, and requires bidders to demonstrate relevant experience, including documentation of three similar past contracts and a safety plan. The services are crucial for maintaining environmental health and safety standards in federal facilities, ensuring compliance with regulations. Interested contractors must submit their quotations by March 14, 2025, and can direct inquiries to Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.
    GLCA VRP VEHICLE OUTFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide outfitting services for a new F150 Raptor vehicle intended for the Glen Canyon National Recreation Area (GLCA). The procurement involves the installation of various vehicular equipment components, with a firm delivery deadline set for May 20, 2025. This initiative is crucial for enhancing operational capabilities within the GLCA, and it is designated as a 100% Small Business Set Aside, encouraging participation from small businesses. Interested parties must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Donald Tremble at donaldtremble@nps.gov or call 720-450-1198. The project budget is under $25,000, and compliance with federal contracting regulations, including registration with the System for Award Management (SAM), is required.
    M--CLEAN AND INSPECT CULVERTS - PINE ISLAND
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a project titled "M--CLEAN AND INSPECT CULVERTS - PINE ISLAND" within Everglades National Park. The primary objective of this procurement is to clean and inspect 110 culverts in the Pine Island District, ensuring the preservation of the park's infrastructure and maintaining proper water flow, while adhering to environmental and safety regulations. This project is critical for the ecological integrity of the park, emphasizing compliance with standards for protecting threatened and endangered species. Interested small businesses must submit their quotations by 5:00 PM EST on March 5, 2025, following a mandatory site visit on February 13, 2025, and can direct inquiries to Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.
    Z--CHIRICHAHUA NATIONAL MONUMENT (CHIR) requires the
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the fuel island and tanks at Chiricahua National Monument in Arizona. The project requires contractors to provide all necessary labor, materials, and equipment, with a focus on installing a dual-side dispenser for gas and diesel, while utilizing existing concrete pads. This initiative is crucial for maintaining the infrastructure of the monument, ensuring compliance with federal regulations regarding labor standards, safety, and environmental protocols. Interested contractors must attend a mandatory site visit on February 20, 2025, and submit their quotes by March 7, 2025, with work expected to commence shortly after award notification and conclude by June 10, 2025. For further inquiries, potential bidders can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    Roller and Asphalt Milling Equipment Rentals for F
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking quotations for the rental of roller and asphalt milling equipment for Yellowstone National Park, with a performance period from July 1 to October 31, 2025. The procurement includes the rental of two pneumatic compactors and one cold asphalt milling machine, along with operator training, emphasizing the need for modern equipment that meets specific safety and performance standards. This initiative is crucial for enhancing the park's infrastructure while ensuring compliance with federal safety regulations and operational efficiency. Interested small businesses must submit their quotations by the specified deadline and can contact Colton Nelson at coltonnelson@nps.gov or 720-390-0199 for further details.
    Y--THRO LIFT STATION Construction Project
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for the construction of a new lift station at Theodore Roosevelt National Park in Medora, North Dakota. The project aims to replace existing facilities that have reached the end of their useful life, involving the construction of a lift station, force main, and drain field, with specific components to be abandoned by others. This initiative is crucial for maintaining the park's infrastructure and serviceability, with an estimated budget between $500,000 and $1,000,000 and a completion timeline of 180 days following the Notice to Proceed. Interested firms must submit their qualifications, including company details and relevant SBA certifications, via email to Joseph Kirk at josephkirk@nps.gov by February 20, 2025, referencing the project number.