Dune Climb Well Replacement
ID: 140P6425Q0042Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

NATURAL RESOURCES/CONSERVATION- WELL DRILLING/EXPLORATORY (F015)

Set Aside

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

    The National Park Service (NPS) is seeking qualified contractors for the Dune Climb Well Replacement project at Sleeping Bear Dunes National Lakeshore in Empire, Michigan. The project involves drilling a new well approximately 90 feet deep, connecting it to the existing comfort station water system and electrical infrastructure, and properly abandoning the old well in compliance with health department standards. This initiative is part of the NPS's commitment to enhancing visitor facilities and ensuring the sustainability of park resources, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their sealed bids by the specified deadline and can contact Contracting Officer Jarrod Brown at jarrod_brown@nps.gov or 234-571-7515 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the construction plans for the Dune Climb Center at Sleeping Bear Dunes National Lakeshore in Michigan, managed by Croft & Associates. Specifically, it details a well replacement project designated as PMIS/PKG NO. 256466, with 100% complete construction documents scheduled for finalization by February 28, 2024. The construction drawings, including existing conditions, demolition plan, and utility plans, are prepared by Croft & Associates from Kennesaw, Georgia. The document includes various sheets indicating the project's specifications and notable deadlines relevant to the roles of project managers and superintendents for approval. This initiative aligns with federal programs aimed at enhancing infrastructure in national parks, reflecting a commitment to improving visitor facilities while ensuring environmental and safety standards are met. The overall purpose is to ensure effective planning and execution of the necessary utilities and park enhancements in accordance with government regulations and park management practices.
    The U.S. Department of the Interior, specifically the National Park Service, has issued a Price Schedule for the Dune Climb Well Replacement project at Sleeping Bear Dunes National Lakeshore, located in Empire, Michigan. This facility management document outlines various construction tasks required for the project, including mobilization/demobilization, drilling a new well, connecting it to the comfort station's water and electrical systems, and abandoning the old well. Each task is presented as a line item with corresponding unit quantities and spaces for pricing to facilitate cost estimation. The document also includes sections for overhead, profit, bonds, and a grand total, emphasizing the need for accurate bidding in compliance with federal regulations. The structure provides a clear breakdown of expected work and its financial implications, guiding prospective contractors in submitting their proposals and ensuring comprehensive project planning. The context indicates the federal government's investment in infrastructure improvements to enhance recreational facilities within national parks.
    The document outlines the requirements for offerors regarding the use of "covered telecommunications equipment or services" in federal contracts, as mandated by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifies that offerors must make representations about whether they will provide or use such equipment and detail the nature of any covered services involved. Key components include definitions of relevant terms, the prohibition against contracting with entities using covered telecommunications, and procedures for verifying compliance through the System for Award Management (SAM). Offerors must provide specific disclosures if they indicate they will provide or use covered equipment or services, including producer details, product descriptions, and intended use. This regulation aims to enhance security by preventing the procurement of potentially harmful telecommunications technologies. Offerors must ensure adherence to these guidelines while preparing proposals for federal grants and requests for proposals (RFPs).
    The document is a solicitation for a project identified as the Dune Climb Well Replacement, issued by the National Park Service (NPS). The project requires drilling a new well approximately 90 feet deep, connecting it to a comfort station water system, and abandoning an old well according to specific construction standards. The estimated cost of the project ranges between $25,000 and $100,000, primarily targeted at small businesses. Key components include a firm-fixed price contract and adherence to construction wage rate requirements for Leelanau County, MI. A site visit is scheduled to aid potential bidders, and offers must be submitted as sealed bids within a specified time frame. The contractor will need to coordinate closely with the Contracting Officer, who oversees contract administration and resolves any contractual issues. Additional clauses in the document cover inspection and acceptance criteria, project performance schedules, and requirements for electronic invoicing. This solicitation aims to ensure compliance with federal regulations, prioritizing safety and accountability throughout the project's duration and execution.
    The document outlines the specifications for the replacement of the Dune Climb well at Sleeping Bear Dunes National Lakeshore, managed by the National Park Service. The project aims to drill a new production well to connect to the existing water system, abandoning an old, disused well per health department standards. Key components include drilling approximately 90 feet, installing necessary infrastructure such as water service lines and electrical systems, and adhering to environmental, safety, and utility regulations. The contractor is responsible for obtaining permits and ensuring protection of historical and archaeological resources on site. The contract requires completion within 90 calendar days, with strict guidelines for protecting existing utilities and landscape features. Contractors must follow sanitary codes and possess specific qualifications, including a minimum of ten years of experience, to ensure compliance with well construction regulations in Michigan. The document serves as part of a federal request for proposals (RFP), detailing responsibilities, project timelines, and submission requirements for contractors, thus facilitating compliance with federal contracting protocols while aiming to enhance the park's visitor experience and maintain essential services.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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--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--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.
    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.
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.