Z--INDU 305176 - Marquette Greenway Trail Constructio
ID: 140P2024R0155Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the construction of the Marquette Greenway Trail at Indiana Dunes National Park. This project involves the development of a nearly 2.5-mile multi-use trail, including a ten-foot-wide asphalt path with gravel shoulders, and the replacement of an existing pedestrian bridge with a wider structure to enhance connectivity and protect sensitive ecosystems. The estimated construction cost ranges from $1 million to $5 million, and the project is categorized as an 8(a) set-aside under NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction. Interested contractors must submit their proposals by the specified deadline and can direct inquiries to Brenda Smith at brenda_smith@nps.gov or call 720-315-2035 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) issues a pre-solicitation notice for the Marquette Greenway Trail project in Indiana. NPS seeks a capable contractor to convert a gravel trail into a formal, paved multi-use trail, adding asphalt and gravel shoulders. The project also entails replacing a pedestrian bridge. It's anticipated that a firm-fixed-price contract will be awarded based on a best-value determination. The estimated contract value falls between $1 million and $5 million, with a projected period of performance of 382 calendar days. The actual solicitation is expected around August 17, 2024, with key dates and submission deadlines to be specified then. Interested parties should prepare to register on SAM.gov and be ready to respond promptly when the solicitation is issued.
    The Marquette Greenway construction project at Indiana Dunes National Park focuses on the development of a multi-use trail extending nearly 2.5 miles from the Paul H. Douglas Center for Environmental Education to County Line Road in Gary, Indiana. The project aims to enhance connectivity within the regional trail system and to protect sensitive dune ecosystems from visitor impact. Key components of the project include the construction of a ten-foot-wide asphalt trail with adjacent gravel shoulders and the replacement of an existing pedestrian bridge with a wider vehicle and pedestrian bridge. The contract stipulates comprehensive environmental protection measures, resource management, and adherence to substantial safety and quality standards during construction. Permitting responsibilities and proper coordination with local authorities are emphasized to minimize disruption to public access. The document outlines specifications for project management, scheduling, and procurement procedures, alongside clear goals for ecological preservation and efficient work practices. Overall, it delineates the National Park Service's commitment to sustainable infrastructure development within a historically significant area.
    The document pertains to infrastructure specifications relevant to federal and local grants and RFPs focusing on construction techniques and materials for a project involving a structural bridge or similar construction. Key details include dimensions, material specifications (such as helical piles and timber decking), and structural elements (such as beams, trusses, and safety rails). The document outlines specific engineering criteria, including the required load capacities for various components and installation guidelines for safety features. It emphasizes compliance with regulatory standards, ensuring both structural integrity and safety of the designs proposed. This document serves as a critical resource for contractors and engineers involved in responding to government infrastructure project bids, clarifying necessary standards and project requirements.
    The government document outlines a contract price schedule for a project managed by the National Park Service (NPS) at the Indiana Dunes National Park, identified by solicitation number 140P2024R0155. The primary focus of the project is the Marquette Greenway Trail, which includes two main contract line items (CLINs): a pedestrian trail and a pedestrian and vehicle bridge, both categorized as "LS" (lump sum) with a quantity of one for each. Details pertaining to the total base price of the project can be found in the specifications section related to the definition of contract line items. This document serves as a formal solicitation for contractors and provides critical pricing and project components necessary for bidding, aimed at improving the park's infrastructure and accessibility for visitors. It reflects the federal government's initiatives to enhance public spaces and environmental stewardship through structured contracting processes.
    The document outlines wage determinations for construction projects in Indiana, specifically addressing the counties of La Porte, Lake, Porter, and St. Joseph. It includes requirements under the Davis-Bacon Act and various Executive Orders that stipulate minimum wage rates for various classifications of workers in building, heavy, and highway construction projects. Notably, contracts initiated or renewed after January 30, 2022, are subject to a minimum wage of at least $17.20 per hour, while older contracts necessitate a minimum of $12.90. The document categorizes laborers, electricians, equipment operators, and other key trade positions, presenting wage rates and fringe benefits. It includes specific classifications for tasks such as asbestos removal, boiler making, and various forms of masonry and flooring work. The detailed tables illustrate distinct rates and fringe benefits per labor type, emphasizing their relevance to compliant work on federally funded or assisted projects. This guidance is integral to ensuring fair compensation and adherence to labor regulations in government contracting and construction projects across the specified Indiana counties.
    The government document outlines the Project Experience Questionnaire associated with Solicitation 140P2024R0155. Offerors are required to provide detailed responses regarding their past project experience relevant to the solicitation's evaluation parameters. Key components include a request for project information, contractor details, and specific project experience queries. Each offeror must list the project title, location, owner, and point of contact for both the project owner and agency, along with contractor roles and financial information tied to the project. Additionally, a set of questions prompts the offeror to describe the contractual work completed, identify relevant experience elements, explain any budgetary or scheduling changes, address problems encountered and resolutions implemented, and elaborate on successful performance methods employed. The document is structured as a questionnaire allowing for expanded responses to ensure comprehensive details are provided. This format emphasizes the importance of prior project experience and its alignment with the proposal to demonstrate capability for the desired contract. Overall, the purpose of this solicitation section is to evaluate an offeror's previous project experience to ensure they possess the necessary skills and insights for successful execution of the contract in question. Proper responses will help establish credibility and align with federal and local grant expectations.
    The Past Performance Questionnaire for solicitation No. 140P2024R0155 is a crucial document used in assessing contractors’ qualifications and past achievements in government contracts. It instructs offerors to fill out their details and provide information on previous projects, including contract specifics and descriptions of work performed. References are required to evaluate the contractor's performance across various categories—such as quality, schedule adherence, cost control, management, small business subcontracting, and regulatory compliance—marking them from "Exceptional" to "Unsatisfactory." Comments supporting these ratings are encouraged to provide insights into the contractor's capabilities and challenges faced. The completed questionnaire is to be returned to specific contracting officers by September 26, 2024. This document serves to ensure that contractors are evaluated thoroughly based on real-world performance, guiding the selection process for potential government projects.
    The memorandum from the United States Department of the Interior's National Park Service pertains to Solicitation 140P2024R0155 concerning the Marquette Greenway Trail. It serves as a response from a financial institution regarding a specific company that has established banking relationships since a noted date. Key financial data provided includes the number and types of accounts held by the company, an average balance range, and credit availability specifics. The memorandum requests details about any overdrafts and past due notices, as well as the bank's financial assessment of the company based on the Risk Management Association's criteria. The document emphasizes the importance of thorough financial evaluation for potential contractors responding to government RFPs, enhancing the decision-making process for awarding federal grants or contracts.
    The document outlines details related to Contract Number 140P2024R0155, designated as an 8(a) set-aside for federal construction services. The prime contractor currently has not invoiced any amounts against the contract, which permits a performance period of 382 calendar days after the notice to proceed. It specifies that up to 85% of the contract can be subcontracted to non-similarly situated subcontractors, yet there are no recorded payments to either similarly situated subcontractors (SSS) or non-similarly situated subcontractors (NSS) at this stage. The report emphasizes the necessity for compliance with limitations on subcontracting, particularly for small businesses, outlining specific participation percentages depending on the type of service or construction involved. Non-compliance with these restrictions would require the prime contractor to submit a corrective action plan. This documentation serves to ensure adherence to federal guidelines for small business participation in government contracts, aiming to promote equitable distribution of contracting opportunities and support for disadvantaged business groups.
    The document outlines the Solicitation No. 140P2024R0155 for the Marquette Greenway Trail project, a federal initiative under the National Park Service. The project aims to construct a two-and-a-half-mile multi-use trail, including a ten-foot-wide asphalt path with two-foot gravel shoulders and the replacement of an existing pedestrian bridge with a new prefabricated structure, located in Indiana Dunes National Park, Gary, IN. Key sections in the solicitation define the bid schedule, specifications, contractor responsibilities, and clauses relevant to the contract. Significant clauses include requirements for performance timelines, quality inspection protocols, contractor qualifications, and restrictions on subcontracting to ensure compliance with federal guidelines. Moreover, the document emphasizes the role of key personnel in project execution, the importance of adhering to the specified construction standards, and mechanisms for payment processing through the Invoice Processing Platform System. The solicitation underscores adherence to regulations regarding contractor conduct and compliance in federal projects, highlighting the government’s commitment to safety, quality, and environmental management. This solicitation reinforces robust legal and operational frameworks guiding federal construction projects and their execution.
    The document provides a detailed inventory of trees observed along various locations, particularly focusing on the landscape along a trail and near the Grand Blvd bridge. The survey includes the tree's quantity, location, and diameter measurements, along with notes about their status, indicating if they are on an existing trail and specifying their condition, such as whether they are dead or leaning. The trees are categorized by sections, including pull-offs, the east and west sides of the Grand Blvd bridge, and areas between Grand Blvd and another reference point, presumed to be a District of Columbia parking lot. Specific locations where trees are either alive or dead are also noted, including the presence of scrub trees and leaning branches. This analysis of the tree inventory suggests an evaluation for potential removal, trimming, or other maintenance actions, likely under a government project aimed at enhancing environmental safety and trail usability. The data may serve as a foundation for an RFP or grant application focused on environmental restoration or urban forestry management.
    The document appears to outline a navigational guide or information resource pertaining to hiking trails and natural areas within the Indiana Dunes National Park (IDNP). Key points include notable locations such as the John Merle Coulter Nature Preserve and various hiking trails like the Dune East Trailhead. The document may serve as a tool for promoting awareness and accessibility to recreational areas, possibly supported by federal or local grants aimed at enhancing community engagement with natural resources. This aligns with the broader government purpose of promoting public access to outdoor spaces, supporting health and wellness through outdoor activities. Overall, the document encapsulates essential information for hikers while indicating a commitment to preserving and promoting local natural landscapes.
    The document pertains to the Request for Information (RFI) and clarifications regarding the Marquette Greenway Trail project under Solicitation 140P2024R0155. It addresses inquiries from potential contractors about eligibility, material specifications, site preparation, and safety procedures related to the project. Key topics include confirmation of small business qualifications under federal standards, specifications for the aggregate base material—designated as limestone only, and contractor responsibilities for tree removal and utility identification. Additionally, it outlines the process for submitting questions and clarifications, with the expectation that contractors familiarize themselves with project parameters detailed in the plans and specifications. The emphasis is placed on adhering to provided engineering plans, ensuring compliance with safety and environmental regulations, and recognizing the contractor's role in verifying site conditions prior to construction. This RFI serves as an essential resource for small businesses interested in bidding while ensuring that all contracting requirements and project parameters are transparent and well communicated.
    The document is an amendment (No. 1) to a federal solicitation for a contract related to the National Park Service. The amendment details the necessary steps contractors must follow to acknowledge receipt of the amendment—a crucial requirement to maintain their proposal's eligibility. Contractors can acknowledge through various methods, including completing copies of the amendment, issuing separate letters, or electronic communications that reference the relevant solicitation and amendment numbers. The primary purpose of this amendment is to post Attachments 9-12 while maintaining all other terms and conditions of the original solicitation. The amendment specifies the importance of timeliness in acknowledging changes, as late submissions may lead to rejection of proposals. Additionally, it reiterates that a contractor's signature may be required and should be returned in specified quantities to the issuing office. This amendment reflects the administrative necessity of keeping all involved parties informed and compliant with the stipulations of the contract, showcasing the procedural rigor typical of government RFP processes aimed at ensuring transparency and fairness in contractor selection.
    The document outlines a federal solicitation for a construction project titled "Marquette Greenway Trail" at Indiana Dunes National Park, with solicitation number 140P2024R0155. The project is organized as a competitive 8(a) set-aside under NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, with a small business size standard of $45 million. The estimated construction cost ranges from $1 million to $5 million. The solicitation provides essential information for bidders, including requirements for performance bonds, proposal submission guidelines, and the expected timeline for project commencement after award. It states that the project is currently unfunded but expects funding soon, leading to contract award. A site visit and question-and-answer section is referenced in other sections of the solicitation to facilitate bidder preparation. Offerors must adhere to strict timelines and submit sealed bids by the designated date. The communication information for an inquiry is provided, alongside reminders about securing necessary guarantees for work completion. This document serves as an invitation for qualified contractors to participate in the bidding process for a pivotal infrastructure project, reflecting the government's commitment to enhancing public recreational access and environmental stewardship.
    Similar Opportunities
    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.
    Y--Extend Public Launch Ramp at Hemenway Harbor - 332529, Lake Mead National Recre
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the construction of an extension to the public launch ramp at Hemenway Harbor in the Lake Mead National Recreation Area, Nevada. The project involves the in-water construction of approximately 1,100 linear feet of launch ramp, utilizing precast concrete panels, and requires significant excavation of soft sediment while maintaining partial operational capacity during a projected 730-day construction period. This initiative is part of the government's commitment to enhancing recreational facilities and is specifically designated for Indian Small Business Economic Enterprises (ISBEE), with an estimated project cost exceeding $10 million. Interested contractors must be registered in the System for Award Management (SAM) and possess a DUNS number, with the solicitation expected to be issued on or after September 26, 2024; for further inquiries, contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
    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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration seeks contractors for the Crown Point Trail project in Idaho, involving extensive trail construction and repairs. This small business set-aside project, valued between $700,000 and $2 million, requires expertise in highway construction and will be awarded through a sealed bid process. The upcoming procurement, anticipated in early 2025, aims to enhance a 2.7-mile trail stretch with resurfacing, slope repairs, and new construction, accessible for physical inspection now before snow sets in.
    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.
    Hoosier National Forest, Brownstown RD Road Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for road maintenance services on the Brownstown Road within the Hoosier National Forest in Indiana. The project involves essential tasks such as grading, ditch cleaning, shoulder backing, and aggregate placement to ensure proper drainage and safety on the roadways. This procurement is critical for maintaining accessibility and usability of forest service roads, aligning with federal standards for environmental stewardship and safety. Interested small businesses must submit their proposals electronically by the specified deadline, with the total project value estimated to be less than $50,000. For further inquiries, contractors can contact Hannah Wanderling at hannah.wanderling@usda.gov or David Easter at david.easter@usda.gov.
    GWMP Bridge Pres
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Bridge and Pavement Preservation Project at the George Washington Memorial Parkway in Virginia. This Sources Sought Notice aims to gather interest and qualifications from both large and small businesses for extensive restoration and maintenance of bridges and roadways, with an estimated construction cost exceeding $10 million and a performance period of approximately 416 calendar days. The project includes tasks such as concrete deck repairs, drainage improvements, asphalt preservation, and traffic control, emphasizing minimal visitor impact during construction. Interested parties must submit their responses, including company information and relevant experience, by September 23, 2024, to Jeremiah Rogers at jeremiahrogers@nps.gov or by phone at 303-969-2633.
    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.
    Veterans Point Trail Rehabilitation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Veterans Point Trail Rehabilitation project located in the Black Hills National Forest, South Dakota. This project aims to restore a trail along Highway 385 near Pactola Lake Dam, ensuring safety and structural integrity while adhering to federal and state regulations. The contract, with a budget range between $250,000 and $500,000, requires contractors to submit sealed offers that meet specified technical, performance, and insurance requirements, with a proposal submission deadline set for October 7, 2024, by 5:00 P.M. EST. Interested contractors can contact Brenda Simmons at brenda.simmons@usda.gov for further information.