Z--Replace Roof Fire Suppression System, Oregon Caves
ID: 140P8424Q0117Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The National Park Service (NPS) is seeking qualified small businesses to replace the existing rooftop fire suppression system at the Oregon Caves National Monument and Preserve in Josephine County, Oregon. The project involves the removal of the old system and installation of new manually operated sprinklers, adhering to strict safety regulations due to the area's high wildfire risk and ensuring minimal disruption to the historic structure. This procurement is crucial for enhancing fire safety within the park while preserving its cultural and natural resources. Quotations are due by September 17, 2024, at 2:00 p.m. PT, and interested contractors should contact Brenda Lewis at Brenda_Lewis@nps.gov or 206-220-4018 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a project for upgrading the rooftop sprinkler system in a building, detailing necessary replacements and modifications to existing components. Key tasks include replacing the shut-off valve and all downstream components, as well as the installation of new rigid pipes, standpipes, and sprinkler heads throughout the structure, specifically in the attic. The project emphasizes verification of current system configurations, ensuring all modifications are made in-kind and sealing roof penetrations for safety. Supporting details highlight the materials to be used, such as Schedule 40 steel for new piping, and stress proper drainage and pitch for the pipes. Sprinkler nozzles will be positioned in the same locations as the current installations and will follow a schematic provided for reference. Overall, this document serves as a structured guide for contractors involved in the renovation project, aiming to enhance fire safety through the systematic upgrade of the sprinkler system in compliance with relevant regulations.
    The document outlines the requirements for replacing the exterior rooftop sprinkler system at the historic Chalet in Oregon Caves National Monument. The project encompasses removing old, corroded systems and installing new manually operated sprinklers, ensuring minimal aesthetic disruption to the historical structure. Due to the project's location in a high wildfire risk area, stakeholders must adhere to strict safety regulations and construction procedures. Key components include detailed submittals prior to construction, compliance with park regulations, and securing necessary approvals for alterations affecting historic materials. The contractor is also responsible for quality control, environmental protection, and communication with the National Park Service (NPS). The project necessitates close monitoring for impact on cultural and natural resources, adherence to soundscape preservation, and emergency management protocols. Overall, this document serves as a crucial guide for contractors, emphasizing the need for meticulous planning and execution in line with governmental regulations, particularly in the context of preserving historical sites amidst operational enhancements.
    MACTEC Engineering and Consulting, Inc. conducted an Asbestos-Containing Materials (ACM) Survey at the Oregon Caves National Monument to assist the National Park Service (NPS) in establishing an Asbestos Assessment Program. The survey, performed from April to August 2011, involved 17 buildings and included the collection and analysis of 224 bulk samples of suspect materials. The assessment identified ACM in six buildings, all assessed as undamaged at the time of the survey. The reported costs for past asbestos-related activities totaled $20,341, while estimated future cleanup costs are approximately $102,700. The report urges the management of identified ACM in place and recommends the development of an Operations and Maintenance (O&M) program to address safety protocols and regulatory compliance. Additionally, before disturbing the ACM, inspections and sampling by accredited professionals are required. The findings underscore the importance of thorough hazard mitigation to facilitate safe renovation and maintenance activities at the monument while complying with applicable regulations regarding asbestos management.
    The provided government document appears to be a catalog of federal and state/local Requests for Proposals (RFPs) and grants structured to solicit services, products, or research from various organizations and entities. It outlines a systematic approach to acquiring valuable services essential for public sector projects. Key information includes criteria for eligibility, application processes, funding amounts, and specific project outcomes tied to each proposal. The document emphasizes collaboration between government agencies and stakeholders, ensuring transparency in the selection process while aiming to meet community needs through funded programs. By identifying important themes such as compliance with regulations, innovation in project execution, and leveraging expertise from various sectors, the document aims to guide applicants in preparing competitive proposals. Overall, this collective effort reflects the government’s commitment to fostering partnerships that lead to efficient project outcomes, ensuring that public funds are utilized effectively to benefit society at large.
    The document is a BID BOND form (Standard Form 24), utilized as a mandatory bid guaranty in federal contracting processes, particularly applicable for constructions, supplies, or services. It outlines the obligation of the Principal and Surety(ies) to secure the U.S. Government against financial losses in case of non-performance after bid acceptance. Key elements include the principal's details, the amount of the bond, and conditions under which the bond becomes void, primarily if the Principal fulfills bid requirements or compensates for contract procurement costs exceeding the bid amount. Specific instructions for completion detail the necessary signatures, corporate seal requirements, and mention of individual sureties. The document also underscores that the surety’s obligations remain valid even if bid acceptance is extended, emphasizing the bond’s purpose to guarantee the Principal’s commitment to perform as stipulated. Overall, the BID BOND form is vital in ensuring compliance and financial security in government procurement processes, reflecting its significance within the framework of federal grants and RFPs.
    The document outlines the technical information form required for the replacement of the roof fire suppression system at the Oregon Caves National Monument, referenced as RFQ No. 140P8424Q0117. Quoters must provide their business details, including name, address, UEI, contact information, and whether they will self-perform the work or use subcontractors. Contractors are prompted to list any subcontractors and describe work activities planned for self-performance. Additionally, the document requests a list of relevant past projects with details on the contract numbers, agency or owner, project amounts, performance periods, and a brief description linking these projects to the current solicitation. A section for past performance references is included, requiring contact names, phone numbers, and emails. A crucial component is the technical approach narrative, which should detail the means and methods proposed to fulfill the project requirements. The submission should be concise and limited to one page, focusing on the technical aspects needed to achieve project success. This solicitation aims to select a qualified contractor based on their experience and proposed methodology for executing the work required at the site.
    The document is a sign-in sheet for a site visit related to the National Park Service's project 140P8424Q0117, which focuses on replacing the roof fire suppression system at the Oregon Caves National Monument and Preserve. The visit is scheduled for September 6, 2024, at 11:00 AM, with participants from various organizations, including NPS and several contractors involved in the project. Key attendees include Joshua Haggett, the Facility Manager from NPS; Mike Tennent, Project Manager from H&P; Vern Roberts, Owner of Pacific Fire; and Zach Blenkinsopp, President of DRI, Inc. The sheet captures vital information for coordinating the project, reinforcing effective communication between stakeholders. The overall aim is to assess the site and discuss the parameters of the roof fire suppression system replacement, demonstrating a collaborative effort to enhance safety within the park's infrastructure.
    The document outlines the questions and answers related to the solicitation for a Roof Fire Suppression System at the Oregon Caves National Monument and Preserve. Key details include the water pressure coming into the building, issues related to historic preservation standards for wall cutting, and the absence of existing piping schematics necessitating contractor discretion in investigation. The scope of the project involves replacing fire suppression piping with requirements for matching existing wall finishes during renovations. Additionally, considerations regarding lead and asbestos in the building are provided, along with a link to a weather report for planning. The project must be completed within a specified period of performance, optimally during winter months to avoid access issues due to snow, with completion required before 2025 fire season. Overall, the document serves to clarify the expectations and requirements for contractors interested in responding to the request for proposals, ensuring safety and adherence to preservation standards.
    The document serves as Amendment 0001 to Solicitation No. 140P8424Q0117, issued by the National Park Service (NPS) at Point Reyes National Seashore. The amendment includes critical updates such as the addition of attachments consisting of a Site Visit Sign in Sheet, Questions and Answers, and an ACM Survey Report, as well as extending the submission deadline for offers to September 17, 2024, at 2:00 p.m. PT. The period of performance for the project is from October 21, 2024, to August 29, 2025. Contractors must acknowledge the receipt of this amendment through specified methods to avoid rejection of their offers. The document outlines procedural requirements for submitting amendments and changes, emphasizing the importance of timely communication. Overall, this amendment signifies the ongoing administrative adjustments and necessary clarifications for potential contractors involved in the procurement process associated with the specified solicitation.
    The document is a solicitation (RFQ No. 140P8424Q0117) from the National Park Service (NPS) seeking bids for the removal and replacement of an existing rooftop sprinkler system at the Oregon Caves National Monument and Preserve in Josephine County, Oregon. Estimated project costs range between $100,000 and $250,000, and this bid is exclusively open to small businesses as a total small business set-aside. Contractors must provide all necessary labor, equipment, and materials. The solicitation outlines important requirements, such as commencing work within 10 days after notice to proceed and completing the project within 300 calendar days. Contractors are required to submit a performance and payment bond, and the project adheres to Davis-Bacon wage rates. All offers must meet specific conditions and include detailed pricing. The document includes stipulations on safety, inspection, and the process for addressing any discovered archaeological findings during construction. A site visit is scheduled, and quotations must be submitted electronically. The solicitation emphasizes compliance with federal regulations and aims to ensure the project meets legal and quality standards while enhancing the safety and functionality of the facility’s fire suppression system.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Amendment No. 1 to the Solicitation for proposals for a new concession contract to operate guided land tours within Crater Lake National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking proposals for a new ten-year concession contract to operate guided land tours within Crater Lake National Park in Oregon. This opportunity aims to enhance visitor experiences by providing professional guided tours, and the NPS has issued Amendment No. 1 to clarify proposal instructions and respond to inquiries regarding the solicitation. Interested parties must submit a "Notice of Intent to Propose" by September 18, 2024, and electronic proposals are due by October 16, 2024, with further details available on the NPS Commercial Services website. For additional information, contact Kimberley Gagliolo at kimgagliolo@nps.gov or call 510-914-9815.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterior painting and fire retardant application at Lassen Volcanic National Park. The project involves painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to shake shingles on 19 historic structures within the park. This initiative is crucial for preserving the park's historic buildings while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes electronically by 3 PM PST on September 20, 2024, and can contact Phaedra Fuller at phaedrafuller@nps.gov for further details. The estimated contract value ranges from $100,000 to $250,000, with the performance period extending from September 30, 2024, to July 31, 2025.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    The Dalles Dam Fire Extinguisher Emergency Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Portland District, is seeking a contractor to provide Fire Extinguisher and Emergency Maintenance Services at The Dalles Dam in Oregon. The procurement includes hydrotesting, monthly and annual inspections of fire extinguishers, self-contained breathing apparatus (SCBA), and emergency breathing apparatus (EBA), along with the development of a report spreadsheet to track these services. This contract is critical for ensuring safety preparedness and compliance with national standards, as it enhances fire prevention and emergency response capabilities at the facility. Interested small businesses must submit their quotes by 1:00 PM PST on September 19, 2024, and can direct inquiries to John Scukanec at john.r.scukanec@usace.army.mil or by phone at 503-808-4436.
    White City VAMC Damper and Detector Inspection and Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the inspection, cleaning, and testing of fire safety systems, specifically dampers and detectors, at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The project aims to ensure compliance with National Fire Protection Association (NFPA) standards and involves a comprehensive inventory of fire/smoke dampers and detectors across multiple buildings, with a focus on maintaining safety and regulatory compliance. The total estimated award amount for this contract is $41.5 million, with a submission deadline for quotes set for September 23, 2024. Interested parties can reach out to Brian Millington at brian.millington@va.gov for further inquiries regarding the solicitation.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    White City VAMC Damper and Detector Inspection
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for fire safety damper and detector inspection services at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The contract, identified as solicitation number 36C26024Q0934, requires comprehensive inspections of smoke, heat, and duct smoke detectors in compliance with National Fire Protection Association (NFPA) standards, ensuring the safety and operational integrity of the facility's fire safety systems. This initiative underscores the VA's commitment to maintaining high safety standards in healthcare environments while promoting engagement with Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The total award amount for this contract is $41.5 million, with quotes due by September 23, 2024, and inquiries accepted until September 13, 2024; interested parties should contact Brian Millington at brian.millington@va.gov for further information.