J--YOSEMITE NP - REPAIR SECONDARY CLARIFIER FRAMEWORK
ID: 140P8525Q0005Type: Sources Sought
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    The National Park Service (NPS) is seeking contractors to provide field services for the replacement of the secondary clarifier framework mechanism at the El Portal Wastewater Treatment Plant (EPWWTP) adjacent to Yosemite National Park. The project involves removing the existing deteriorated framework, fabricating new steel components, and ensuring the operational reliability of the clarifier, which is critical for processing up to 1 million gallons of wastewater daily. This initiative is vital for maintaining environmental standards and preventing potential violations of California state permits due to aging infrastructure. Interested contractors should contact Brian Roppolo at brian_roppolo@nps.gov or call 206-220-4215 for further details, with proposals due by February 28, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document titled "140P8525Q0005 Questions and Answers" addresses inquiries related to a federal government Request for Proposals (RFP) concerning the maintenance of a clarifier system. Key aspects include confirmation of available prints for the clarifier and the possibility of organizing a site visit by contacting specific individuals from the National Park Service. Technical specifications discuss the appropriateness of using N-69 Epoxy by Tnemec for high-build epoxy applications, and clarify that the structure is welded rather than bolted. Detailed dimensions for rake arm supports and the drive cage are provided. Notably, it is specified that coating will not be applied to the pre-existing equipment. This document serves to clarify technical and logistical details for potential bidders in the context of a government procurement process, reflecting standard practices in RFP communication.
    The National Park Service is seeking a contractor to provide field services for the El Portal Wastewater Treatment Plant (EPWWTP) adjacent to Yosemite National Park. The primary goal is to replace the bent and misaligned framework and appurtenances of the secondary clarifier, which are essential for the proper functioning of a recently installed gear drive and seals. The plant, operational since the 1970s, treats up to 1 million gallons of wastewater daily and is at risk of violating state permits due to the deteriorating steel framework. The project scope includes removing existing key components for access, preparing the tank surface, applying a new epoxy coating, and installing a replacement framework mechanism to ensure operational reliability. The timeline for completion is set at 120 days, with all materials needing to be delivered to the NPS warehouse prior to commencement. This initiative underscores the commitment to maintaining public health and environmental standards within Yosemite National Park, addressing infrastructure needs that align with the National Park Service's mission to preserve national heritage sites.
    The National Park Service (NPS) is seeking a field service contractor to replace the steel framework and outriggers of the secondary clarifier at the El Portal Wastewater Treatment Plant (EPWWTP) near Yosemite National Park. This facility treats wastewater from Yosemite Valley, with treatment capacity reaching up to 1 million gallons per day. Due to 50 years of aging infrastructure, the mechanism holding the recently replaced gear drive box has become misaligned and brittle, threatening compliance with California State Permit CA0081759 and risking wastewater spills. The project's scope includes the removal of existing infrastructure, preparation of the tank surface, re-coating with high build epoxy, and installation of new framework mechanisms. Key dimensions and specifications for materials are provided. The NPS anticipates the project will be completed within 14 weeks, given that parts are shipped to their warehouse prior to service. The initiative underlines the commitment of the NPS to maintain the functionality of essential public utilities while adhering to environmental regulations and standards.
    The document is an amendment to the solicitation numbered 140P8525Q0005, issued by the Department of the Interior, National Park Service (DOI, NPS). The primary purpose of this amendment is to update the Statement of Work (SOW) for the replacement of the clarifier mechanism, ensuring the secondary clarifier is fully operational. Key changes include the replacement of an earlier SOW titled "Statement of Work – Secondary Clarifier Framework Mechanism 2025" with an updated version, designated as "Updated Secondary Clarifier Framework Mechanism 2025 SOW." Additionally, the closing date for the solicitation has been extended from February 24, 2025, to February 28, 2025, allowing potential contractors more time to submit their updated quotes. Contractors must acknowledge receipt of this amendment in order to ensure their offers are considered valid before the new closing time. Overall, this amendment is part of the standard contracting process, aimed at enhancing clarity and participation in the procurement process for government contracts.
    The document is an amendment to solicitation number 140P8525Q0005, detailing updates and modifications to a contract or grant awarded by the federal government, specifically concerning the replacement of a clarifier mechanism. Key changes include the inclusion of a Question & Answer document, the deletion of specific provisions related to segregated facilities and equal opportunity, and updates to representations and certifications for offerors. The amendment requires that contractors acknowledge receipt of the update, while also defining various business types such as small, veteran-owned, and women-owned businesses. Furthermore, it outlines extensive certifications related to federal compliance, including child labor, tax liability, and ownership structure. This amendment highlights the federal government's effort to ensure proper requisition procedures, compliance with social equity standards, and adherence to legislative requirements, emphasizing the importance of clarity and compliance in contract management within government RFPs and grants. The document serves as a critical point for stakeholders to understand recent changes that may affect bid submissions and contract obligations.
    The document outlines Solicitation #140P8525Q0005, related to a Request for Quotation issued by the National Park Service (NPS) for the repair of a secondary clarifier mechanism at Yosemite National Park. The government seeks a firm fixed-price contract to enhance maintenance and repair services. Key evaluation criteria for submitted offers include price, technical capabilities, and past performance related to similar projects. Offerors must comply with specific submission requirements, including acknowledgment of request forms, technical approaches, and relevant past project examples. The solicitation emphasizes compliance with federal regulations and the importance of accurate invoicing through the U.S. Department of the Treasury's Invoice Processing Platform. The document incorporates various federal acquisition clauses, outlining the responsibilities and insurance requirements for the contractor. This RFP illustrates the federal government's efforts to engage small businesses, particularly service-disabled veteran-owned and women-owned small businesses, while ensuring environmental safety and regulatory adherence in the procurement process.
    The National Park Service seeks field services for the El Portal Wastewater Treatment Plant (EPWWTP) to replace the framework mechanism and appurtenances in the secondary clarifier. The facility, which serves Yosemite Valley and El Portal, processes up to 1 million gallons of wastewater daily, but aging infrastructure has led to the degradation of the clarifier's framework. Immediate replacement is necessary to prevent potential wastewater spills, which would violate California state permits. The scope includes removing old equipment, installing temporary supports, and fabricating new framework components, while reusing some existing structures. The fabrication of new steel parts is projected to take up to 12 weeks, followed by a 2-week installation period. All materials should be delivered to the NPS warehouse before the service begins. The document serves as a Request for Proposals (RFP) aimed at contractors who can fulfill these service needs while ensuring compliance and mitigating environmental risks associated with wastewater management at a critical national park site.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--VAULT AND PORTABLE TOILET SERVICE
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking proposals for portable and vault toilet services within the Golden Gate National Recreation Area in Marin County, California. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for four additional one-year extensions, requiring contractors to provide scheduled and on-call services that comply with ADA standards. This procurement is essential for maintaining sanitation facilities in the park, ensuring cleanliness and accessibility for visitors, and adhering to federal regulations. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.
    H--Sewer Mains Cleaning and Video Inspection Service
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide sewer mains cleaning and video inspection services at Zion National Park. The contract aims to maintain the park's sewer infrastructure by cleaning approximately 44,500 feet of sewer mains and conducting video inspections to document their condition, ensuring safety and functionality for park visitors. This procurement reflects the National Park Service's commitment to environmental integrity and infrastructure maintenance, with the performance period scheduled from March 31, 2025, to May 12, 2025. Interested contractors must submit their quotes by February 25, 2025, and can contact Billie Thomas at BillieThomas@nps.gov or 406-599-4402 for further inquiries.
    Replace Pump Station 659 Generator, GOGA
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the replacement of the Pump Station 659 generator located in Sausalito, California, as part of its infrastructure improvement efforts. The project entails removing the existing 43kW natural gas generator and installing a new unit, ensuring compliance with California Air Resource Board standards while minimizing service interruptions for sewage management. This generator is crucial for servicing over 4 million annual visitors to the Golden Gate National Recreation Area, highlighting the importance of maintaining operational infrastructure for public health and safety. Interested small businesses must submit their proposals electronically by the specified deadline, with an estimated project cost ranging from $25,000 to $100,000. For further inquiries, contact Quinn Rankin at quinnrankin@nps.gov.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.
    S--SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide septic pumping services through a Blanket Purchase Agreement (BPA) for the St. Croix National Scenic Riverway in Wisconsin and Minnesota. The contract, valued at up to $45,000, will cover the period from May 1, 2025, to April 30, 2030, and includes both routine and emergency pumping services to ensure compliance with environmental regulations and public safety at various remote locations. This procurement is critical for maintaining sanitary conditions in national scenic areas, supporting the overall operational efficiency and visitor safety of the parks. Interested small businesses must submit their proposals by 11:00 AM CST on February 26, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    Y--YELL 338221 - Bridge Preservation - 5 Bridges
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a bridge preservation project involving five bridges in Yellowstone National Park. The project encompasses various restoration tasks, including spall repair, crack sealing, hydrodemolition, and structural steel painting, with an estimated construction cost ranging from $1 to $5 million. This initiative is crucial for maintaining the integrity of park infrastructure while ensuring the protection of sensitive resources during construction. Interested businesses must submit their qualifications, bonding capacity statements, and relevant experience by February 6, 2025, to Shellie Murphy at shelliemurphy@nps.gov or by phone at 720-610-2690.
    ROMO REPLACE SEPTIC TRUCK TANK
    Buyer not available
    The National Park Service, under the Department of the Interior, is soliciting proposals for the replacement of a septic truck tank at Rocky Mountain National Park. The project involves the installation of a new 2650-gallon aluminum vacuum septic tank on an existing truck chassis, requiring compliance with federal DOT guidelines and the removal of the old tank, along with necessary plumbing and electrical installations. This procurement is critical for maintaining the park's operational efficiency and safety standards, particularly in high-altitude environments. Interested small businesses must submit their proposals by February 21, 2025, and can contact Luke Bowman at lukebowman@nps.gov or 928-638-7363 for further information.
    Z--YOSE REPLACE WELCOME CENTER ENTRY DOORS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for the replacement of entry doors at the Yosemite Valley Welcome Center. The project involves the demolition of existing glass doors and the installation of new aluminum storefront doors, with specific requirements for power assist systems and electrical controls to ensure minimal disruption to public access during construction. This procurement is significant for enhancing visitor accessibility and safety at one of the nation's iconic parks. Interested small businesses must submit questions by February 19, 2025, and quotes by March 5, 2025, with the project budget estimated between $25,000 and $100,000. For further inquiries, contractors can contact Brian Roppolo at brianroppolo@nps.gov or by phone at 206-220-4215.