Z--GOGA 253655 Rehabilitate the Deteriorated China Be
ID: 140P2024R0058Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF RECREATIONAL BUILDINGS (Z2FB)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the China Beach Bath House and Terrace located in San Francisco, California. The project aims to restore the bathhouse to support the Ocean Rescue Program and enhance visitor services, including the construction of new operational facilities and public restrooms, while adhering to the Secretary of the Interior’s Standards for Rehabilitation. This initiative is significant for maintaining historical infrastructure and improving public access to recreational areas, with a total contract value expected to exceed $10 million. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Athena Straniere at athena_straniere@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The China Beach Rehabilitation project, overseen by the Golden Gate National Parks Conservancy, involves comprehensive renovations to the historic China Beach Bathhouse in San Francisco. The final construction documents, due June 25, 2024, outline an extensive scope of work including structural improvements, seismic upgrades, installation of new mechanical, electrical, plumbing, and fire protection systems, as well as landscape enhancements. The contractor is required to follow strict safety protocols, manage public access during construction, and coordinate with the National Park Service due to ongoing works at the site. Key requirements include maintaining access for emergency vehicles, adhering to environmental regulations, and ensuring that all construction is conducted without damaging historical and cultural resources. The project comprises specific contract line items for various aspects of work, each with clear definitions regarding measurement and payment processes. Bid options detail potential additional improvements, emphasizing a commitment to high-quality restoration, compliance with federal and state regulations, and community engagement. The documents reflect the government's intent to not only preserve the historical significance of the infrastructure but also enhance its functionality for public use.
    The document is a Past Performance Questionnaire related to Solicitation No. 140P2024R0058, intended for contractors bidding on government contracts, specifically through the National Park Service. It aims to gather essential performance feedback on contractors’ past projects to aid in source selection. The questionnaire requires the offeror to fill sections about their company information and previous contract details, including project title, award price, and completion date. The reference must evaluate the contractor's performance across various categories such as quality, schedule management, cost control, and regulatory compliance. Each category is rated from "Exceptional" to "Unsatisfactory," allowing for comments regarding the ratings. Overall, this document underscores the government’s focus on contractors' past performance as a critical factor in contract award decisions, emphasizing accountability, quality assurance, and adherence to standards. The information collected will not imply any endorsement by the government but will serve to inform decision-making processes in contractor selection. The completion of the questionnaire is time-sensitive and must be directed to the indicated contracting officer.
    The document is a location map for a project at China Beach, and it details the arrangement for a bid walk. Participants are instructed to convene at a designated parking lot at the China Beach project site. The layout visually guides involved parties to the specific location pertinent to the project activities. This mapping is essential for stakeholders such as contractors or agencies participating in the Request for Proposals (RFP) or project bidding process, ensuring that all parties are oriented and ready for forthcoming discussions or evaluations related to the China Beach project. The document is concise, serving predominantly to facilitate logistics for the bid walk as part of broader government procurement efforts.
    The document outlines the rehabilitation project for the China Beach Bathhouse in San Francisco, focusing on structural repairs and enhancements to existing facilities. The scope includes repairing concrete damage, replacing precast concrete elements, and reinforcing structures to comply with current building codes. Specific tasks involve installing new reinforced concrete shear walls, substituting deteriorated flooring, and addressing localized concrete spalling. The project documentation emphasizes detailed construction guidelines and the necessity for coordination among various engineering disciplines. It adheres to local regulatory standards, ensuring safety, quality, and structural integrity throughout the rehabilitation process. This effort highlights the government's commitment to maintaining infrastructure while preserving historical significance.
    The document outlines Wage Determination number CA20240018 under the Davis-Bacon Act for construction projects in California, affecting several counties such as Madera, Fresno, and Alameda, among others. The determination, which is currently active and has undergone 16 modifications, pertains to various construction types, including building, heavy, and highway projects. The last revision date of the determination is set for July 26, 2024. This wage determination is essential for ensuring that prevailing wage standards are met for laborers and mechanics employed on federally funded or assisted construction projects in the specified regions. The information facilitates compliance with the Davis-Bacon Act, which mandates fair compensation for employees in the construction sector to promote economic equity.
    The document appears to relate to site assessments and planning in the context of the Golden Gate National Recreation Area, particularly focusing on the area around China Beach Bathhouse. It includes references to geographic coordinates, as well as details about street and slope borings, indicating potential construction or environmental evaluation activities. The use of terms like "portable," "dug pits," and "GGNRA_boundary" suggests that the document may detail aspects of preliminary assessments needed for infrastructure projects, land use planning, or environmental impact studies. The connection to federal grants or RFPs implies that this summary may serve as a basis for future funding requests or project proposals aimed at improving or preserving the recreational area while addressing safety and environmental concerns. The information is structured in a way that outlines both logistical details and geographic context, which are crucial for assessing the suitability of site development or remediation efforts in this national park setting.
    The Geotechnical Data Report addresses the stabilization of retaining structures and landslides at China Beach, San Francisco, under the Golden Gate National Parks Conservancy. The report follows previous evaluations and includes site reconnaissance, subsurface explorations, and laboratory testing. Key findings indicate that existing retaining walls, primarily composed of reinforced concrete and metal bin walls, exhibit significant corrosion, impacting their stability. The area's geological makeup, prone to seismic activity and erosion, represents hazards that require careful consideration in rehabilitation designs for infrastructure supporting public programs. The proposed project entails assessing and repairing retaining walls, slope stabilization, and wastewater systems while adhering to current seismic standards. Mitigative measures include underpinning existing structures and possibly constructing new foundations. The report recommends various stabilization methodologies including reinforced shotcrete facings for deteriorated walls and addressing landslide risks through drainage improvements and structural reinforcements. Overall, this geotechnical assessment aims to guide safe and effective infrastructure improvements to enhance the safety and usability of China Beach as a public site within a geologically vulnerable area.
    The analytical report by Miller Pacific Engineering details the laboratory analysis conducted for the China Beach project (Project Number 8090551). The report, dated September 18, 2018, encompasses various tests on soil samples collected from multiple depths, focusing on total petroleum hydrocarbons (TPH), heavy metals, and organochlorine pesticides. Most results indicated non-detection (ND) for TPH diesel and motor oil compounds, with a few exceptions of low-level detections for some metals, such as barium and nickel. The laboratory employed established EPA methods for analysis and quality control, ensuring compliance with federal and state regulations. The report emphasizes the necessity of careful monitoring of contaminants to mitigate health and environmental risks associated with the site. Following analytical standards, the findings support ongoing risk assessments and potential remediation planning for the affected area, showcasing the importance of environmental due diligence in government-funded projects.
    The document outlines the Statement of Structural Tests and Special Inspections required for a project under the National Park Service, in compliance with the 2018 International Building Code (IBC-18). It emphasizes critical seismic and wind performance requirements for an existing reinforced concrete structure, which includes retrofitting and repair works, such as strengthening shearwalls and addressing deteriorated concrete elements. A detailed list of necessary structural tests and special inspections is provided, along with technician qualification criteria for each inspection type. It also highlights the Construction Contractor’s obligations to correct any deficiencies identified during inspections. This summary indicates that the document serves as a regulatory framework ensuring that construction adheres to safety standards while improving structural integrity, demonstrating the government's commitment to maintaining high construction quality for public safety.
    The China Beach Rehabilitation project in San Francisco aims to restore an existing one-story reinforced concrete Bathhouse, originally built in 1954, while enhancing its structural integrity and operational functionality. The project focuses on addressing deterioration, updating structural elements, and complying with current building codes, specifically the 2018 International Existing Building Code and the Secretary of the Interior's Standards for Rehabilitation. Key changes include replacing a slide/stair feature with a simple stair, reinforcing structural elements, and rectifying deficiencies in gravity and lateral-load resisting systems. Comprehensive structural calculations are provided for various design components, including gravity evaluations, load tables, and lateral design analyses for both the main building and the observation tower. The final submission includes updates to the design criteria, load specifications, and necessary reinforcement solutions to maintain compliance and ensure safety standards. This project demonstrates a commitment to preserving historic structures while adapting to modern safety requirements and codes, ultimately reaffirming the Bathhouse's role in the community and its resilience against environmental factors.
    The document outlines a federal contract proposal with a focus on general construction services, specifically set aside for small businesses. Key components include the total contract value and the performance period, which remain to be specified. It emphasizes the importance of reporting limitations on subcontracting, distinguishing between similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS), with a focus on payments during the contract period. Notably, it mentions a template for reporting these financial figures while referencing the relevant catalog number, DOI-AAAP-0067, for added guidance. Overall, the document serves as a framework for compliance with subcontracting limits, ensuring that small businesses have the opportunity to participate meaningfully in federal contracts while providing transparency regarding financial distributions to subcontractors.
    The Project Experience Questionnaire is a key document in the evaluation process for the solicitation 140P2024R0058. It requires offerors to detail their relevant project experiences by providing comprehensive information about their completed projects. The document specifies the need for project title, location, description, owner details, and point of contact. Additionally, it includes a section for listing contractors involved in the projects along with their roles, trades, pricing, and performance periods. Offerors must respond to a series of project experience questions designed to assess the effectiveness and outcomes of contractor work. These questions cover aspects such as work performed, alignment with project experience elements, price and schedule changes, encountered problems and solutions, successful methods, and any additional relevant project information. This structured approach allows evaluators to gauge the capability of contractors in handling similar work, addressing potential issues proactively, and implementing best practices. Overall, the document serves as a critical component in the federal procurement process, ensuring thorough evaluation of contractor qualifications in relation to the proposed project.
    The document serves as a reference form for offerors submitting bids in response to government RFPs (Requests for Proposals) and grants. It requires the offeror to provide general references, including details such as contact information for sureties, banks, insurance companies, subcontractors, and material suppliers. The form emphasizes transparency, urging offerors to disclose any less-than-satisfactory relationships with references and to explain the corrective actions taken or planned to address these issues. This is critical for maintaining trust and ensuring that the offeror is honest in their past performance assessments, as failure to disclose pertinent information may result in unfavorable evaluations. The structure of the document is straightforward, comprising sections for various types of references and specific details needed to verify the offeror's reliability and capability in fulfilling contract obligations. Overall, it highlights the importance of accountability and open communication in government contracting processes.
    The document outlines the responses to Requests for Information (RFIs) regarding the rehabilitation of the China Beach Bath House in San Francisco. Key points include construction parking plans, public access provisions during construction, fire sprinkler systems management, and hazardous materials surveys. The government emphasizes maintaining public beach access and provides a detailed staging plan for construction activities. The document identifies the need for thorough hazardous materials assessments, highlighting the presence of asbestos and lead-based paints, along with recommended procedures for their safe handling and removal. Each construction phase requires compliance with environmental regulations, ensuring safety and minimizing disruption. This structured approach reflects the government's intent to balance construction efficiency while prioritizing environmental safety and public access, crucial in government contracting and grant contexts.
    The document outlines details for a pre-proposal site visit concerning the China Beach Bath House, scheduled for August 21, 2024, at 11 a.m. Pacific Time. It includes a list of attendees from various construction firms expressing interest in the project. Notable participants include representatives from Treeline Const., Inc., Plant Construction, Aventus NV, Inc., Arana Group, Inc., and Pullman SST. Each entry lists the attendee's name, title, email, and phone number. The purpose of this site visit is to provide potential vendors with insights into the project requirements and conditions at the location, aligning with typical procedures for federal and state RFP processes where entities gather information to prepare competitive proposals. Overall, this meeting is a crucial step in facilitating collaboration and transparency in the procurement process for the project at China Beach.
    The document is an amendment to a solicitation, referenced as 140P2024R0058, that outlines changes affecting the proposal process. It includes three primary updates: the posting of the pre-proposal site-visit attendee list, the establishment of a due date for Requests for Information (RFIs) from that visit by August 26, 2024, at 1600 MDT, and the extension of the proposal submission deadline to September 16, 2024, at 1600 MDT. The amendment emphasizes that no RFIs will be accepted after the specified date. The document is structured to provide a clear reference for compliance with these changes, informing contractors of necessary actions and deadlines to ensure their proposals are considered. The amendment maintains the integrity of the original solicitation while updating pertinent details for prospective bidders.
    The document is an amendment to a solicitation related to federal contracting, specifically focusing on acknowledging receipt of the amendment and making adjustments to previously submitted offers. Contractors must acknowledge receipt of this amendment before the specified deadline to avoid rejection of their offers. The main purpose of the amendment is to post contractor Requests for Information (RFIs) and government responses while maintaining all other terms and conditions unchanged. It outlines methods for acknowledgment—via copies of the amendment, separate letters, or electronic communication. Additionally, the amendment highlights that significant administrative changes to contracts can be included. The overall context of this document fits within the processes for managing government RFPs, federal grants, and local/state requests for proposals, emphasizing compliance with formal procedures and timelines to facilitate contract modifications.
    This document serves as an amendment to a solicitation, specifically identified by the amendment number 140P2024R0058. The primary purpose is to update prospective contractors about the requirements for acknowledging the receipt of this amendment prior to the specified closure date for submissions. The amendment allows for changes to previously submitted offers, provided that the changes reference the amendment details and reach the designated office punctually. Notably, the amendment introduces a project experience questionnaire crucial for evaluating contractor qualifications, while affirming that all other terms and conditions set forth in the original solicitation remain unchanged. Additionally, the document outlines the administrative procedures, such as submission protocols and acknowledgment formats, emphasizing the importance of compliance to avoid potential rejection of offers. The overall tone maintains professionalism, outlining the formalities expected in government contracting processes. Thus, this amendment is pivotal for contractors preparing to respond to the solicitation, ensuring clarity on administration and submission protocols for contract bids.
    The document serves as an amendment to a solicitation identified by number 140P2024R0058. Its primary purpose is to announce a deadline extension for submissions from September 16, 2024, to September 17, 2024, at 1600 MDT. Additionally, it outlines the process for acknowledging receipt of the amendment, which can be achieved through various channels including submission copies or electronic communication. The document emphasizes the importance of timely acknowledgment, highlighting that failure to do so could result in rejection of the offer. The amendment also includes a reference to the posting of a general references form associated with Volume II, indicating procedural adjustments within the government contracting framework. The use of formal language and instructions reflects the structured nature of federal procurement processes, which are designed to ensure fairness and compliance among competitors. Overall, this document exemplifies the administrative changes and strict protocols characteristic of federal RFPs and contract modifications.
    The solicitation, identified as No. 140P2024R0058, seeks proposals for the rehabilitation of the China Beach Bath House and Terrace in San Francisco, California. This project is categorized under a Total Small Business Set Aside, with an estimated price exceeding $10 million, emphasizing the importance of small business participation. The work involves restoring the bathhouse to support the Ocean Rescue Program and enhance visitor services. Key components include new construction for operational facilities, public restrooms, and a picnic area while adhering to the Secretary of the Interior’s Standards for Rehabilitation. Contract performance is expected to begin within 10 calendar days post-award, with a completion timeframe of 430 days. The contract includes specific requirements for inspections, payment bonds, and guarantees, while outlining conditions for proposals and site visits. Additionally, the government reserves the right to require options for additional services within 90 days after contract award. The document also includes contract clauses regarding ethics, performance assessments, and prohibitions on certain services and equipment, reinforcing compliance with federal regulations throughout the contract lifecycle.
    Similar Opportunities
    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.
    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.
    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.
    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.
    Y--AMD3-PUERTO RICO (VIEQUES ) CARACAS RESTROOM REHAB
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of restroom facilities at the Vieques National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona. The project involves the demolition of existing wooden compost restrooms and the installation of two new pre-cast concrete comfort stations, with a contract duration of 90 days post-Notice to Proceed (NTP). This initiative is crucial for restoring essential visitor amenities while ensuring compliance with accessibility standards and hurricane-resistant construction practices. Interested contractors must acknowledge amendments to the solicitation and submit proposals by the revised deadline of 1:00 PM, with the performance period set from November 1, 2024, to January 31, 2025. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--YOSE 196416 Rehabilitate El Portal Wastewater Treatment Facility and Admin Camp.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is initiating a pre-solicitation for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. This project aims to upgrade the 45-year-old wastewater treatment plant, which is critical for managing wastewater for Yosemite Valley and surrounding communities, by replacing outdated infrastructure and systems, demolishing obsolete structures, and creating RV sites for construction workforce housing at the former administrative camp. The estimated cost for this comprehensive project exceeds $150 million, with a performance period of 1460 days, including potential environmental shutdowns. Interested contractors must be registered with the System for Award Management (SAM) to participate, and solicitation documents are expected to be issued around September 30, 2024. For further inquiries, contact Patrick Naulty at patricknaulty@nps.gov or call 303-987-6701.
    RR462 Bathroom Modification
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the RR462 Bathroom Modification project at Camp Lejeune, North Carolina. The project aims to convert Storage Room 104 into a fully functional bathroom, requiring contractors to undertake architectural, plumbing, mechanical, and electrical installations while minimizing disruptions to ongoing facility operations. This initiative is part of the government's efforts to enhance facility accessibility and functionality, with an estimated project cost between $100,000 and $250,000. Interested small businesses must submit their proposals by September 12, 2024, and can direct inquiries to Angela Little at angela.f.little2.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    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 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 brendasmith@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.