CHOH 320577 Improve Access at Byron Bridge
ID: 140P2024R0107Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    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 kyle_gonynor@nps.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines structural specifications and design plans for an anti-climb fencing installation at a multi-level facility. Key details include measurements of different levels (Level 3 through Level 6), various steel structural components (HSS with specific dimensions), and connection methods for guardrails and fencing. It directs engineers to refer to accompanying civil drawings for additional information regarding framing plans and infill mesh requirements. The elevations and plans exhibit a typical design format, indicating attention to safety features while maintaining structural integrity. This technical document is vital for contractors responding to RFPs for government projects, ensuring they meet required safety standards and engineering specifications.
    The solicitation document (No. 140P2024R0107) from the National Park Service (NPS) seeks proposals for a construction project to improve access to the Byron Bridge at the Chesapeake and Ohio Canal National Historic Park, Maryland. This Total Small-Business Set-Aside project has an expected construction cost between $1,000,000 and $5,000,000. Offerors must provide firm-fixed-price proposals conforming to the requirements outlined in the solicitation, including a timeline for completion within 210 calendar days after receiving notice to proceed. The project involves significant construction efforts, including demolition of an existing staircase, building a new staircase with specified materials, and other improvements to enhance park access. Offerors need to submit their bids by September 30, 2024, with an emphasis on specified bonding and insurance requirements. Additional attention is given to inspections, performance evaluation, and compliance with various federal regulations related to contractor performance, environmental compliance, and labor standards. The document serves as a comprehensive governance tool guiding the procurement process for government contracts, ensuring adherence to established laws and equitable practices in contracting.
    The project outlined in the document involves the demolition and construction of a new staircase at the Chesapeake & Ohio Canal National Historical Park, connecting the Goodloe Byron Memorial Footbridge to the C&O Canal Towpath. Key components include limited site usage, public accessibility, compliance with safety and environmental requirements, and coordination with existing structures and other contractors. The work will be performed under a single prime contract, emphasizing close collaboration with the National Park Service (NPS) and adherence to federal regulations. Five main phases of work are identified, including mobilization, tree removal, foundation construction, stair structure installation, and site restoration. The contractor is required to have a limited impact on the surrounding environment while maintaining access for the public and emergency services. The document also outlines administrative procedures, project management protocols, and guidelines for contract modifications, ensuring that all aspects of the construction process are meticulously documented and executed. Overall, this project emphasizes maintaining historical integrity, environmental protection, and public safety, all crucial elements in federal and state project undertakings.
    The Maryland construction guidelines stipulate that prior to commencing any project, contractors must secure all necessary permits and adhere to strict local, state, and national guidelines throughout construction. Key responsibilities include approving soil erosion control plans, managing site safety and traffic, and protecting cultural resources during ground disturbances. The contractor must maintain compliance with Maryland Department of the Environment (MDE) and National Park Service (NPS) regulations, ensuring erosion and sediment control. Specific construction protocols detail tree management, grading, excavation procedures, and stabilization measures during various construction phases. The guidelines also emphasize the importance of providing a robust vegetative cover to prevent soil erosion, utilizing soil amendments where required, and implementing appropriate seeding techniques. Compliance with historic preservation standards and a clear sequence of work phases is mandated, while the contractor must coordinate activities to minimize disruptions, especially regarding CSXT (railroad) operations. The document serves as a comprehensive framework for contractors, ensuring environmental protection and regulatory compliance during site development in Maryland.
    The document is a wage determination issued for heavy construction projects in Frederick County, Maryland, dated June 14, 2024. It outlines wage rates for various construction classifications in compliance with the Davis-Bacon Act and associated Executive Orders, specifically highlighting minimum wage requirements for contractors. For contracts started or renewed after January 30, 2022, workers must earn at least $17.20 per hour under Executive Order 14026, while those connected to contracts not renewed after that date must receive at least $12.90 per hour. It details construction worker classifications and corresponding hourly wage rates, including carpenters, electricians, operators, laborers, and specific fringe benefits. Additional sections discuss the process for additional classifications, prevailing wage rate methodologies, and the appeals process for determinations. The document emphasizes the importance of compliance with federal wage standards for contractors and serves as an essential reference for RFPs and grants related to federal and state-funded projects in the area.
    The Project Experience Questionnaire pertains to solicitation number 140P2022R0129, which requires offerors to detail their project experience relevant to specific evaluation factors. The document requests that respondents provide information about their company, referenced projects, and a list of contractors involved, including their roles and financial details. Key components of the questionnaire include a series of project experience questions that ask respondents to describe the project work completed, identify how contractor work meets the evaluation criteria, analyze changes to pricing and scheduling, address encountered problems and resolutions, and outline successful methods and their applicability to future projects. This structure aims to assess the experience and qualifications of offerors for potential government contracts by ensuring a comprehensive understanding of their capabilities, past performance, and readiness to manage similar work effectively. Ultimately, the questionnaire is a crucial tool for federal procurement processes, facilitating informed decision-making in awarding contracts.
    The Past Performance Questionnaire for Solicitation No. 140P2022R0129 is a document used to assess contractors' past performance for government contracts, primarily by gathering feedback from references. The form requires the contractor to provide detailed information about their company, past project experiences, and contacts for references. Evaluations encompass multiple areas including quality of work, schedule adherence, cost control, management effectiveness, small business subcontracting efforts, and regulatory compliance, with ratings from "Exceptional" to "Unsatisfactory." Each evaluation area expects detailed comments supporting the ratings given. The information collected is considered sensitive and is not to be used for promotional purposes, maintaining neutrality regarding government endorsement of contractors. Returns of the completed questionnaire are directed to the National Park Service, ensuring responsiveness in procurement decisions that align with federally established criteria for contractor performance. This document is integral to the federal acquisition process, aiding in the selection of contractors based on their previous performance.
    The National Park Service (NPS) is soliciting construction proposals under Solicitation No. 140P2024R0107 to improve access to Byron Bridge, located at the Chesapeake & Ohio Canal National Historical Park. This project entails demolishing a steep spiral staircase, constructing a new staircase with concrete and steel supports, and includes various site modifications such as erosion control, tree removal, and revetment repairs. Bid submissions must include a Firm-Fixed-Price offer detailing the pricing for base and option items specified in the solicitation. Key contract requirements encompass adherence to defined schedules, inspections, and acceptance criteria governed by federal regulations. Contractors are also expected to appoint key personnel and maintain effective communication with the Contracting Officer and designated representatives throughout the project. The document emphasizes compliance with federal acquisition regulations, including restrictions on subcontracting, security requirements, and payment processes through the U.S. Department of the Treasury's Invoice Processing Platform System. Ultimately, this solicitation reflects the federal government’s commitment to ensuring quality and safety in public infrastructure improvements while promoting transparent bidding practices in accordance with established guidelines.
    The document pertains to Amendment 0001 of a federal solicitation identified as 140P2024R0107. It outlines the requirements for contractors to acknowledge receipt of this amendment, affecting the submission of offers. The amendment specifies that contractors can acknowledge by including it in their offer copies or via a separate communication referencing the amendment. The nature of the modification, as detailed in Item 14, includes the addition of an attachment (Anti Climb Fence Final.pdf) and confirms that all other terms remain unchanged. The period of performance for the contract is set from October 15, 2024, to May 13, 2025. The document emphasizes the importance of timely acknowledgment to avoid offer rejection, and it notes that administrative changes may be made without changing the original contract terms. This amendment process ensures clarity and compliance in federal contracting actions.
    The document is a Request for Proposal (RFP) issued by the National Park Service for the construction project titled "Improve Access at Byron Bridge" in the Chesapeake and Ohio Canal National Historic Park in Brunswick, MD. It is designated as a Total Small-Business Set-Aside project, with an estimated construction cost between $1,000,000 and $5,000,000. The RFP outlines the requirements for proposal submission, including a pre-proposal site visit and specific proposal contents detailed in sections "B" through "J." The performance period for the contractor is specified as from October 15, 2024, to May 13, 2025, with expectations of funding becoming available to award the contract. Key procedures involve submitting sealed offers to the contracting officer, Kyle Gonynor, with clear guidelines on required performance and payment bonds. The RFP emphasizes the importance of compliance with governmental work requirements and outlines the evaluation process for proposals. Finally, the document notes that offers must remain valid within a specified timeframe after submission, and it stresses the contractor's responsibility to deliver quality work in accordance with outlined terms. This RFP highlights the government's ongoing commitment to enhancing public infrastructure while promoting small business participation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    Z--FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    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 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 brendasmith@nps.gov or call 720-315-2035 for further details, with proposals expected to be submitted by the specified deadlines, and the estimated construction cost exceeding $10 million.
    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--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.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    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.
    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.
    Mohawk Dam Service Bridge Rehab
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting proposals for the rehabilitation of the Mohawk Dam Service Bridge. This project falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, and is designated as a Total Small Business Set-Aside under FAR 19.5. The rehabilitation of the bridge is crucial for maintaining infrastructure integrity and ensuring safe passage for vehicles and personnel. Interested contractors can reach out to Robert Kinzel at robert.d.kinzel@usace.army.mil or by phone at 304-399-5341 for further details regarding the solicitation and specific requirements outlined in the attachments.