FY24 VAFO TRAIL WORK SUPPLIES
ID: 140P4224Q0128Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting quotes for the procurement of trail work supplies necessary for repairs and maintenance at Valley Forge National Historical Park. The project requires various types of Blue Stone and boulders for resurfacing the River Trail and maintaining the Chapel and Commissary Trails, with a total of 692 tons of ¾” Blue Stone, 470 tons of 1” Blue Stone, 1,046 tons of 4”-6” Blue Stone, along with Blue Stone Dust and mixed boulders. This procurement is vital for the ongoing maintenance of historical parks, ensuring the preservation of these significant sites. Interested small businesses must submit their firm-fixed price quotes by September 11, 2024, and can direct inquiries to Joshua Kirleis at Josh_Kirleis@nps.gov or by phone at 610-783-1045. The contract period is anticipated to run from September 25, 2024, to November 24, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for the procurement of trail materials necessary for repairs and maintenance at Valley Forge National Historical Park. The solicitation is set aside for small businesses under NAICS code 212321, with a size standard of 500 employees. It details the requirement for a firm fixed-price quote, emphasizing adherence to federal acquisition regulations and submission guidelines. Interested offerors are required to submit their quotes by September 11, 2024, and are encouraged to address any questions to the designated Contract Specialist by September 9, 2024. The submission must follow specified criteria, including an active registration in the System for Award Management (SAM) and compliance with various federal clauses and certifications. Detailed evaluation criteria and clauses regarding responsibilities, insurance, and payment through the U.S. Treasury’s Internet Payment Platform (IPP) are included, highlighting the legal and procedural framework governing the procurement process. Overall, this RFQ exemplifies the government's commitment to encouraging small business participation while ensuring compliance with federal regulations and standards.
    The document outlines amendment 0001 for solicitation number 140P4224Q0128, concerning the procurement of trail materials for maintenance and repair at Valley Forge National Historical Park. Offerors must acknowledge receipt of this amendment and follow outlined procedures for submitting quotes, including an electronic submission to the designated contact, Josh Kirleis, by September 11, 2024. The amendments pertain to the Request for Quotes (RFQ), which adheres to Federal Acquisition Regulations (FAR) regarding the acquisition of commercial items. The contractor must provide a complete submission package, including a signed SF-1449, a price schedule, and proof of qualifications as per the Statement of Need provided. Additionally, contractors are required to have an active registration in the System for Award Management (SAM) and must register for electronic payment post-award. The anticipated period of performance for the contract is from September 25, 2024, to November 24, 2024. This amendment serves to clarify the requirements and procedural expectations for potential bidders interested in fulfilling the contract for trail materials.
    This document is an amendment to a Request for Quote (RFQ) regarding the procurement of trail materials for repair and maintenance at Valley Forge National Historical Park. It outlines the required procedures for acknowledging the amendment, which must be submitted before the specified deadline. Offerors need to be aware that failure to acknowledge the amendment may result in the rejection of their proposals. The RFQ specifies that offers should be submitted electronically to a designated contract specialist by 12:00 PM Eastern Time on September 11, 2024, and details that inquiries must be made by September 9, 2024. It emphasizes that contracting entities must have active System for Award Management (SAM) registration and requires a complete submission package including various documentation to prove compliance with the project specifications. The contract period is noted as starting from September 25, 2024, to November 24, 2024, with payments processed via electronic funds transfer billed in arrears. This amendment serves to clarify expectations and requirements for potential contractors in compliance with Federal Acquisition Regulations (FAR) and to ensure a smooth procurement process for the trail maintenance project.
    The document outlines a Request for Quote (RFQ) for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. It specifies the requirements for interested contractors, including the need for a firm-fixed price quote, submission deadlines, and contact details for inquiries. Offers must be delivered by September 11, 2024, with all submissions requiring an active SAM registration and documentation demonstrating compliance with outlined specifications. The period of performance for the contract is from September 25, 2024, to November 24, 2024, with delivery expected by the latter date. The RFQ is governed by Federal Acquisition Regulations (FAR), and all proposals must conform to established procedures. Two specific product/service codes are listed for the bulk mineral construction materials required. The document emphasizes the importance of following all solicited requirements and evaluation criteria for successful bidders.
    Valley Forge National Historical Park is seeking materials for urgent repairs on two PMIS projects: resurfacing the River Trail (PMIS 217086A) and performing trail maintenance on the Chapel and Commissary Trails (PMIS 340676A). The park will utilize its own labor to complete these repairs and requires the procurement of various types of Blue Stone and boulders. Specifically, the request includes 692 tons of ¾” Blue Stone, 470 tons of 1” Blue Stone, 1,046 tons of 4”-6” Blue Stone, 80 cubic yards of Blue Stone Dust, and 80 cubic yards of mixed boulders. The materials must be delivered within 60 days of award acceptance to the specified address in King of Prussia, PA. This request highlights the ongoing maintenance needs of historical parks and underscores the importance of contracts in federal and local project executions.
    The document outlines the General Decision Number PA20240099 for construction projects in Montgomery County, Pennsylvania, which is governed by the Davis-Bacon Act. It specifies minimum wage rates contractors must pay, based on the type of contract awarded and its execution date relative to certain Executive Orders. For contracts under Executive Order 14026 (awarded on or after January 30, 2022), covered workers must be paid at least $17.20 per hour. In contrast, contracts awarded between January 1, 2015, and January 29, 2022, must offer a minimum of $12.90 per hour. The document details various classifications of labor, wage rates, and fringe benefits for specific roles such as electricians, carpenters, and plumbers. It also mentions provisions for paid sick leave per Executive Order 13706, and procedures for appealing wage determinations, ensuring compliance with labor standards. Overall, this document serves to inform contractors on wage requirements and regulations that apply to federal construction contracts, ensuring fair labor compensation and compliance with federal guidelines.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    62--NCR-NAMA: PURCHASE LIGHTING MATERIALS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the procurement of standardized lighting materials for streetscapes and memorials in Washington, D.C., under solicitation number 140P3024Q0043. The project aims to supply lighting components that adhere to cityscape planning and Fine Arts Commission guidelines, ensuring the aesthetic integrity of the National Mall and Memorial Parks. This initiative is crucial for maintaining modern and efficient lighting solutions in public spaces, with a focus on sustainability and safety. Interested small businesses must submit their quotes by September 23, 2024, and ensure they are registered in the System for Award Management (SAM) at the time of submission. For further inquiries, potential bidders can contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or by phone at 202-692-6060.
    Z--INDU 305176 - Marquette Greenway Trail Constructio
    Active
    Interior, Department Of The
    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 brendasmith@nps.gov or call 720-315-2035 for further information.
    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.
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.
    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.