45--CAVO Rehabilitate VC and Wellhouse
ID: 140P1225R0004Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

FUEL BURNING EQUIPMENT UNITS (4530)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 7:00 PM UTC
Description

The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the Visitor Center Building and Wellhouse at Capulin Volcano National Monument in New Mexico. The project involves comprehensive work including the installation of heating and ventilation systems, removal of biohazardous materials, and upgrades to electrical systems, requiring expertise in mechanical and electrical engineering, fire safety, and environmental health. This initiative is crucial for ensuring the safety and functionality of the facilities, with an estimated construction cost between $500,000 and $1 million. Interested small businesses must submit their qualifications, bonding capabilities, and socio-economic status certifications by January 23, 2025, to justin_erdley@nps.gov, referencing the number 140P1225R0004 in the subject line.

Point(s) of Contact
Files
Title
Posted
Jan 14, 2025, 9:05 PM UTC
The National Park Service (NPS) is conducting a market survey to gauge contractor interest and capability for rehabilitating the heating and electrical systems of the Visitor Center Building and Wellhouse at Capulin Volcano National Monument in New Mexico (Reference 140P1225R0004). The project's estimated construction cost is between $500,000 and $1 million, under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. Interested contractors must be registered small businesses in SAM and are invited to submit details regarding their qualifications, bonding capabilities, and socio-economic status certifications by January 23, 2025. The scope includes mobilization, labor, materials, and oversight for installation of heating and ventilation systems, removal of biohazardous materials, and upgrading existing electrical panels. Expertise in mechanical and electrical engineering, fire safety, and environmental health is essential. This survey aims to collect information for potential contractors, and responses should be directed to the designated email address, as this is not a formal bid invitation but a preparatory step for potential future solicitations. All official announcements will be posted on SAM.gov.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation Number 140P2025R0015. The project involves significant construction efforts, including the installation of a new dry-pipe fire suppression system, construction of a new maintenance building, and various utility improvements, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by the specified deadline and can contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work and making significant renovations, including repairing utility systems, replacing the roof, and constructing a new two-story addition to enhance accessibility and visitor engagement. The Visitor Center, classified as a historic resource, will be closed during renovations, although the park will remain open to the public. Interested businesses, both large and small, must submit their qualifications, bonding capacity, and relevant experience by April 22, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research for this competitive acquisition process.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment in accordance with federal regulations. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring they meet safety and operational standards. Proposals are due by April 16, 2025, at 5:00 PM EDT, with a mandatory site visit scheduled for April 7, 2025, at 10:00 AM MST. Interested parties should direct inquiries to Jessica Owens at jessicaowens@nps.gov or Ryan Young at ryanyoung@nps.gov.
Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Arco, Idaho. This project, designated as CRMO 323904, involves significant renovations to a historic 4,000 square foot Utility Building and the construction of a new 1,600 square foot Snow Equipment Building, with a total estimated cost between $1,000,000 and $5,000,000. The initiative aims to modernize essential systems such as electrical, plumbing, HVAC, and fire suppression while adhering to historic preservation standards, ensuring the integrity of the site is maintained. Interested contractors must submit their proposals by April 7, 2025, and can direct inquiries to Paula Teague at paulateague@nps.gov.
Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
Buyer not available
The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
Z--NAVA-REPLACE CONCRETE HOUSES 6,5,4
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of concrete at residential houses 6, 5, and 4 at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve residential structures within national parks, emphasizing the importance of quality construction services. Proposals are due by April 16, 2025, at 5:00 PM EDT, and interested parties must contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further inquiries, while a mandatory site visit is scheduled for April 7, 2025, at 10:00 AM MST.
Z--SACN - Repair Rehab Lower District Maintenance Shop
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the repair and rehabilitation of the Lower District Maintenance Shop at St. Croix National Scenic Riverway. The project entails extensive exterior and interior renovations, including the removal and replacement of steel siding, roofing, insulation, windows, doors, and HVAC systems, with optional interior upgrades for administrative spaces and restroom facilities. This initiative is crucial for maintaining the operational integrity of the maintenance facility, with a projected construction cost between $250,000 and $500,000, falling under NAICS code 236220 for commercial and institutional building construction. Interested small businesses must respond to the market survey by April 10, 2025, via email to Bridget Parizek at bridgetparizek@nps.gov, including the reference number 140P6025B0005 in the subject line.
Z--FRRI 253825 - Rehabilitate Civil Rights Structures
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking responses from interested businesses for a rehabilitation project at the Freedom Riders National Monument in Anniston, Alabama, focusing on the Greyhound Bus Depot and the Mural Building. The project aims to rehabilitate these historic structures to enhance visitor education regarding their significance to the Civil Rights Movement, involving tasks such as hazardous material abatement, structural repairs, and compliance with accessibility standards. With an estimated budget between $1 million and $5 million, the NPS emphasizes historic preservation and minimal disruption to park visitors during construction. Interested contractors must submit their qualifications, bonding capacity, and relevant experience by March 3, 2025, and can contact Carlos Garcia at carlosgarcia@nps.gov or 720-900-6595 for further information.
R--West Entrance Fire and EMS Response-Yellowstone NP
Buyer not available
The National Park Service (NPS) is seeking contractors to provide emergency operations, including primary structure fire response, emergency medical services (EMS), and rescue operations for remote areas of Yellowstone National Park. The services will support park employees and visitors in designated service areas, primarily located to the east and north of West Yellowstone, MT, and will require contractors to supply all necessary labor, materials, and expertise to meet National Fire Protection Association Standards for staffing and response times. This market research aims to gauge interest and capability among various business types, including large and small businesses, with a small business size standard of $41.5 million under NAICS code 624230. Interested parties must submit a capability statement via email to Colton Nelson at coltonnelson@nps.gov by the specified deadline, including the reference number 140P1425Q0025 in the subject line.
Z--FOLS - Fire, Security Alarm System, and Electrical Panel Replacements
Buyer not available
The National Park Service (NPS) is conducting a market survey to identify contractors capable of replacing the fire and security alarm systems and the electrical panel at Fort Larned National Historic Site in Kansas. The project entails installing a new addressable fire and intrusion alarm system across nine historic structures, complete with video surveillance capabilities, as well as replacing the main electrical distribution panel at the park's visitor center. This procurement is crucial for enhancing the safety and security of the site, with an estimated construction cost ranging from $1 million to $5 million. Interested small business contractors must submit their responses, including essential information and capabilities statements, by April 9, 2025, via email to Bridget Parizek at bridgetparizek@nps.gov, referencing project number 140P6025B0004.