FOSU 318708-322870 Replace Fort Sumter and Fort Mo
ID: 140P2024R0151Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)
Timeline
    Description

    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 brenda_smith@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.

    Point(s) of Contact
    Files
    Title
    Posted
    The project involves the replacement and rehabilitation of docks at Fort Sumter, Fort Moultrie, and Liberty Square within the Fort Sumter and Fort Moultrie National Historical Park in Charleston, South Carolina. The scope includes demolishing existing docks, constructing compliant new structures, and enhancing facilities for visitor access and safety—such as shore power, site lighting, and interpretive panels. The work will be executed in phased stages to maintain ferry and visitor access during ongoing operations. Strict adherence to safety requirements and historic preservation standards is paramount, especially as the sites are listed in the National Register of Historic Places. Additional considerations include archeological protection and the management of environmental impacts, particularly regarding protected species like the West Indian manatee and nesting birds. The project requires collaboration with government authorities, compliance with various regulations, and careful operational planning to minimize disruption. The schedule aims for completion before the 250th anniversary of the United States by May 31, 2026.
    The document encompasses a topographic and bathymetric survey conducted for a project designated as CHEC00222, which is related to a portion of Fort Moultrie National Monument located on Sullivan's Island in Charleston County, South Carolina. The survey was carried out in November 2022, with the drawing plots finalized on January 9, 2023. The survey was prepared by Childs Engineering Corporation and includes essential graphical representations such as a graphic scale, line legend, and symbol legend to aid in the interpretation of the data. Importantly, the project aims to provide critical geographic and underwater insights necessary for planning and conservation efforts in this national monument area. Tax Map# 523-07-00-056 is referenced for land identification purposes. The survey's completion aligns with compliance and regulatory requirements for federal grants and RFPs to ensure informed decision-making regarding environmental management and preservation of historical resources.
    The document outlines wage determinations for public building construction projects in Charleston County, South Carolina, under the Davis-Bacon Act and related Executive Orders. It specifies wage rates for various construction trades effective January 5, 2024, detailing minimum compensation for workers based on contract initiation dates. For contracts awarded after January 30, 2022, wages must be at least $17.20 per hour as per Executive Order 14026. Previous contracts may fall under Executive Order 13658 with a minimum of $12.90 per hour. The document provides specific rates for multiple job classifications, highlighting prevailing wages for roles such as ironworkers, pipefitters, and electricians. Additionally, it notes the appeal process for disputing wage determinations and emphasizes the requirement for contractors to ensure compliance with prevailing wage laws and worker protections. The annual updates to wage rates aim to match local economic conditions. The summary serves to inform both local contractors and government agencies about labor cost expectations, adherence to fair wage laws, and procedural protocols in construction projects funded by federal dollars, reflecting the federal government's commitment to wage integrity in public works.
    The National Park Service (NPS) has issued a solicitation for the replacement of docks and pier rehabilitation at Fort Sumter, Fort Moultrie, and Liberty Square, identified under Solicitation Number 140P2024R0151. The project aims to enhance infrastructure by replacing the existing docks and performing necessary repairs, which are crucial for maintaining access and safety for visitors. The Contract Price Schedule outlines various Contract Line Items (CLIN), including base items for dock replacements and several options for additional work, such as storm event considerations and electrical upgrades. Each CLIN is quantified with a total price of $0.00, indicating that pricing is to be determined as proposals are submitted. The document specifies additional potential options and includes instructions for measurement and payment, reinforcing its structured budgetary approach. Overall, the RFP reflects a commitment to preserving and improving national park facilities while ensuring alignment with fiscal procedures and regulatory standards for public projects.
    The document is a Project Experience Questionnaire associated with federal solicitation 140P2024R0151. Its primary purpose is to gather detailed information from project offerors regarding their past performance and experiences relevant to the solicitation's requirements. It outlines the structure for providing referenced project information, including project title, location, description, and owner contact details. Key points in the questionnaire request offerors to describe their work on past projects, identify how this experience relates to specific elements of the solicitation, and explain any deviations from the original project price and schedule. Offerors must also detail challenges faced during these projects and their resolutions, as well as successful methods that could be applied to the proposed project. The document insists on concise responses that adhere to the solicitation's limits while allowing for the expansion of responses as needed. Ultimately, it emphasizes the significance of past performance in evaluating current proposals, showcasing the offeror's qualifications and readiness to execute the work outlined in the solicitation. In summary, the questionnaire seeks comprehensive data on past project experiences as a determinant for evaluating offers, ensuring that responses highlight relevant experience, problem-solving capabilities, and methodologies in alignment with government contracting practices.
    The "Past Performance Questionnaire" is a document associated with Solicitation No. 140P2024R0151, designed for contractors to provide information about their previous contracts to support selection for government projects. The primary purpose is to gather source selection sensitive information that will aid in evaluating contractor performance. Contractors must fill out sections on their company details, contract specifics, and a reference section. The evaluation criteria include quality of workmanship, management, cost control, scheduling, and regulatory compliance. Ratings range from "Exceptional" to "Unsatisfactory," requiring references to provide comments supporting these evaluations. The form emphasizes the importance of non-endorsement by the government, prohibiting contractors from using the provided information for promotional purposes. Responses must be returned by October 4, 2024, to specified contacts at the National Park Service. This systematic approach ensures that contracting decisions are based on a thorough analysis of past performance, helping to uphold standards in federal, state, and local contracting processes. Overall, it reflects a commitment to transparency and accountability in government procurement.
    The memorandum from the United States Department of the Interior, specifically the National Park Service, addresses a Request for Information related to solicitation 140P2024R0151 concerning the replacement of docks at Fort Sumter and Fort Moultrie and rehabilitation of the Liberty Square Pier. It outlines the banking relationship and financial standing of a company seeking participation in this project. Key details include the duration of the banking relationship, types of accounts held, average balances, and the company's line of credit, including the timeliness of payments and any incidences of overdrafts. The memorandum emphasizes the necessity to provide insights on the company's financial health as part of the evaluation criteria for the project. Contact information for further inquiries is included, particularly for Jeremiah Rogers and Brenda Smith. This document plays a crucial role in assessing financial stability and risk associated with potential contractors in government projects, ensuring that only capable entities are considered for the solicitation at hand.
    The document outlines the Small Business Subcontracting Plan required for large business offerors submitting proposals exceeding $750,000. This plan is aimed at ensuring compliance with contract clause 52.219-9, which promotes participation of small businesses in federal contracts. Key points include the National Park Service’s FY24 subcontracting goals, which set specific targets for various categories of small businesses: 53% for Small Business Concerns, 5% for Service-Disabled Veteran Owned, 3% for HUBZone, 35% for Small Disadvantaged, 5% for Women-Owned, and 12% for Indian Small Business Economic Enterprises. Contractors must provide details on their planned subcontracting, including dollar value, percentage goals, and identify subcontractors’ sizes and categories. The plan emphasizes fair opportunities for small businesses and mandates the prime contractor’s commitment to good faith efforts, reporting compliance, and maintaining records of subcontracting activities. The document follows a structured format, detailing various processes for determining goals, sourcing subcontractors, and ensuring equitable opportunities. Overall, it serves to enhance small business engagement in federal contract procurement and align with regulatory requirements.
    The document outlines a solicitation for the replacement of docks at Fort Sumter and Fort Moultrie, along with the rehabilitation of the Liberty Square Pier in Charleston, SC, under Document No. 140P2024R0151. It includes detailed instructions for bidders regarding compliance with various federal contract clauses, bid schedule, specifications, requirements for inspection, and acceptance criteria. The work encompasses demolishing and replacing docks to meet compliance standards, providing infrastructure like shore power and site lighting, and ensuring proper signage and accessibility features. Key personnel requirements are outlined for the contractor, who must adhere to strict timeframes and deliverables while facing potential liquidated damages for delays. Additionally, the document emphasizes the use of electronic invoicing for payments and includes clauses that address contractor employee rights, prohibitions against certain telecommunications equipment, and requirements for past performance evaluations. This solicitation aims to ensure efficient project execution while maintaining regulatory compliance and operational standards.
    The document outlines the construction specifications for the replacement and rehabilitation of docks at Fort Sumter, Fort Moultrie, and Liberty Square, part of the Fort Sumter and Fort Moultrie National Historical Park project. It includes detailed descriptions of tasks across various divisions such as demolition, concrete work, metal fabrication, plumbing, electrical installations, and earthwork. The document emphasizes the importance of following federal, state, and local regulations during demolition and construction to prevent environmental and structural damage. Safety measures, including protective measures for existing materials and personnel, are highlighted. The project aims to enhance historical sites while ensuring minimal disruption to public activities, particularly ferry operations. Specific guidelines for the disposal of demolished materials, the maintenance of utility services, and the methods required for concrete treatment and placement are comprehensively detailed. Overall, the specifications aim to ensure a successful rehabilitation of the docks while maintaining safety and compliance with preservation standards.
    The document details the engineering plans for the Fort Sumter Dock Replacement project managed by DHM Design based in Denver, CO, for the Fort Sumter and Fort Moultrie National Historical Park in Charleston, SC. It includes a series of CAD drawings and specifications covering various aspects of the project, such as topographic and bathymetric surveys, site accessibility, erosion control, existing conditions, demolition, and layout plans. Each section outlines the specific design elements, necessary approvals, and review processes indicating a comprehensive approach to ensure compliance with environmental and historical preservation standards. The project's objective is to replace and upgrade the docks, allowing safe and efficient access for vessels, while minimizing environmental impact. The included drawings also address structural components like guardrails, pile designs, and fender details, highlighting intended construction methods and material specifications for durability. Overall, the document serves as a critical resource for stakeholders involved in the project, ensuring clarity in design intentions and adherence to governmental regulations and standards for historical site management.
    The Fort Sumter and Fort Moultrie National Historical Park is initiating a dock replacement project in Charleston, South Carolina, under federal guidelines. The document outlines detailed engineering plans prepared by DHM Design, with Childs Engineering as a subcontractor. Key components of the project include topographic and bathymetric surveys, site accessibility and construction plans, erosion control, and existing condition assessments. The plans encompass numerous detailed drawings, addressing structural layouts, demolition requirements, utilities management, and environmental considerations including wetland delineation and archaeological surveys. Each sheet outlines specifications for various construction elements such as pile designs, decking, and guardrails, ensuring adherence to engineering standards. The comprehensive nature of the document reflects government priorities of safety, historical preservation, and environmental protection while modernizing infrastructure. This project aims not only to enhance the operational capacity of the docks but also to preserve the historical integrity of the national monument, demonstrating a commitment to sustainable development practices within historical contexts.
    The document outlines the design and plans for the Liberty Square Dock Repairs at Fort Sumter and Fort Moultrie National Historical Park in Charleston, South Carolina. Prepared by DHM Design, the project includes an existing conditions survey, demolition plans, and detailed construction access and layout plans. The work aims to address the assessment of conditions and necessary repairs for docks located at 340 Concord Street. Supporting documents entail engineering drawings covering various aspects, such as on-site conditions, demolition strategies, and various electrical and plumbing plans indicating existing utilities and their required updates. The project is designed to comply with safety and engineering standards, ensuring optimal integration of new utilities while respecting existing historical contexts. Key considerations include the coordination of work with multiple trades and adherence to local regulations. This initiative is essential in preserving the structural integrity and safety of the docks, thereby enhancing the visitor experience at this national park site.
    The document comprises a Statement of Findings related to the National Park Service's (NPS) Director's Order 77-2 concerning floodplain management, specifically for the dock replacement at Fort Sumter and Fort Moultrie National Historical Park. It outlines the environmental assessment conducted as part of this project, emphasizing compliance with NPS guidelines and policies regarding floodplain activities. The document has undergone various certifications for technical adequacy and servicewide consistency, confirming it meets the necessary environmental and regulatory standards. The approvals from the Superintendent and the Chief of the Water Resources Division indicate thorough review processes, suggesting the project aligns with federal regulations regarding environmental consideration during public works projects. Overall, this assessment serves as essential documentation for stakeholders involved in the dock replacement initiative, providing insight into environmental impacts and mitigating floodplain management concerns.
    The National Park Service (NPS) conducted a wetland delineation report for the repair and rehabilitation of docks at Fort Sumter and Fort Moultrie National Historical Park, South Carolina. The docks, integral for visitor and administrative access, are deteriorating; thus, a total replacement is proposed. The wetland delineation encompassed 2.41 acres, identifying two wetlands: Wetland 1, an 0.84-acre estuarine intertidal emergent wetland, and Wetland 2, a 0.21-acre intertidal unconsolidated shore, which collectively support ecological functions such as floodflow alteration and habitat for fish and shellfish. The report followed guidelines outlined in Executive Order 11990 and NPS Director's Order 77-1 to avoid adverse impacts on wetlands, documenting methodology and findings per the U.S. Army Corps of Engineers protocols. The wetlands were assessed for hydrophytic vegetation, hydric soils, and wetland hydrology, identifying indicators that confirm their ecological significance. The delineated areas meet federal jurisdictional criteria and would require permits under the Clean Water Act for any planned construction activities. Overall, the report underscores the importance of these wetlands in supporting biodiversity and their essential role in the park's operational sustainability.
    The document outlines the design and rehabilitation project for the docks at Fort Sumter, Fort Moultrie, and Liberty Square, part of the Fort Sumter and Fort Moultrie National Historical Park. It details the engineering calculations necessary for constructing a new pier structure that consists of pre-stressed concrete piles and a composite concrete deck. The design takes into account seismic loading and safety factors to ensure structural integrity during potential earthquake events, employing guidelines from various building codes and standards. Key elements include a 12-foot-wide approach span leading to a 130-foot-long "T" pier, utilizing materials and techniques aimed at minimizing corrosion and cracking. The berthing and mooring design is calculated based on forces from vessels, ensuring the structure can withstand operational stresses. The project emphasizes durability and safety, showcasing its importance to preserving the historical significance of the docks while ensuring they meet contemporary engineering standards. This proposal is embedded within the context of governmental funding mechanisms aimed at the maintenance and revitalization of national historical sites.
    The document pertains to a topographic and bathymetric survey conducted for a portion of the Fort Sumter National Monument in Charleston County, South Carolina, under project number CHEC00122. Prepared by Childs Engineering Corporation, the survey was completed in November 2022 and subsequently plotted on February 1, 2023. The drawing includes a contour interval of 1.0 feet and serves as a detailed representation of the surveyed area, which is vital for various engineering and environmental assessments. The document structure includes essential details such as contact information for Engineering LLC, project management notes, and a graphic scale. This survey is significant as it supports potential federal grant applications and RFPs by providing a foundational analysis of the site, crucial for any future development or preservation projects in the national monument area.
    The document outlines a government solicitation for construction work at Fort Sumter and Fort Moultrie National Historic Park in Charleston, SC. Titled "Replace Fort Sumter and Fort Moultrie Docks and Rehabilitate Liberty Square Pier," this is an unrestricted full and open solicitation governed by NAICS code 237990 for Heavy and Civil Engineering Construction, with a standard size limit of $45 million. The estimated construction cost exceeds $10 million, and while it is currently an unfunded requirement, there is an expectation that funds will become available for contract award. Essential information regarding performance periods, required performance and payment bonds, and submission deadlines is thoroughly described. The document emphasizes the necessity for sealed offers and highlights that all requirements and clauses defined in the solicitation must be met. The successful contractor will need to begin performance promptly upon award and must acknowledge any amendments made to the solicitation. This solicitation illustrates a commitment to infrastructure development at historical sites while adhering to federal procurement protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    REPAIR TRIP HAZARDS AT FORT RALEIGH
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of trip hazards at Fort Raleigh National Historic Site in North Carolina. The project involves lifting sidewalks to eliminate identified tripping hazards using polyurethane foam, ensuring compliance with ADA accessibility standards and maintaining the site's historical integrity. This firm-fixed-price contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and requires completion within 30 days of the notice to proceed. Interested contractors must submit their quotes by September 16, 2024, and direct any inquiries to Marilia Mateo at mariliamateo@nps.gov by August 29, 2024.
    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.
    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.
    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.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    MAINTENANCE DREDGING FORT PIERCE HARBOR 28-FOOT AND 30-FOOT PROJECTS & SHORE PROTECTION PROJECT FORT PIERCE BEACH RENOURISHMENT 2025, ST. LUCIE COUNTY, FLORIDA
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the maintenance dredging of Fort Pierce Harbor and the associated beach renourishment project in St. Lucie County, Florida. The project involves dredging beach-compatible material and constructing a beach berm along approximately 7,000 feet of shoreline, with specific environmental monitoring and compliance requirements. This procurement is crucial for maintaining navigational safety and coastal protection, with an estimated construction value between $10 million and $25 million. Interested vendors must register on SAM.gov to receive updates and submit bids by October 31, 2024, following the anticipated issuance of the Invitation for Bid on September 26, 2024. For further inquiries, contact William Wallace at william.j.wallace@usace.army.mil or Guesley Leger at guesley.leger@usace.army.mil.
    Request for Information (RFI): National Park Service (NPS) Rehabilitate Marina Bulkheads at Flamingo
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Jacksonville District, is seeking information from the construction community regarding the rehabilitation of marina bulkheads at Flamingo Marina within Everglades National Park, Florida. This Request for Information (RFI) aims to gather insights on technical approaches, including sheet pile installation methods, environmental compliance, and the potential use of Project Labor Agreements (PLAs) for this significant construction project, which is estimated to cost between $25 million and $100 million. The project is crucial for maintaining the structural integrity of the marina, which has been compromised due to corrosion and other environmental factors, and it emphasizes the importance of minimizing ecological impact during construction. Interested parties are encouraged to submit their responses by October 4, 2024, and can direct inquiries to William Wallace at william.j.wallace@usace.army.mil or Nicole Batista-Cruz at Nicole.M.Batista-Cruz@usace.army.mil.
    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.
    LANDS - BRVB CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking quotations for cadastral surveying services in Summerton, South Carolina, specifically for two school sites: Old Summerton High School and Old Scotts Branch High School. The project involves subdividing approximately 1.37 acres and 2.67 acres from larger parcels, requiring the contractor to confirm boundaries, mark parcel corners, and deliver both hardcopy and digital plats and legal descriptions. This initiative is part of the government's commitment to engaging small businesses, with a total small business set-aside under NAICS code 541370, and the performance period is set from September 26 to November 29, 2024. Quotations are due by 12:00 PM Eastern Time on September 19, 2024, and inquiries must be submitted by September 13, 2024; interested parties can contact Luis Cibrian at luiscibrian@nps.gov for further information.