Z--KP LIGHTHOUSE REPAIRS
ID: 140FHR24R0005Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS CONSTRUCTION & A/E - BIL/DISASTERFalls Church, VA, 22041, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

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

    The U.S. Fish and Wildlife Service is soliciting proposals for the repair and restoration of the Daniel K. Inouye Kīlauea Point Lighthouse's lantern, located at the Kīlauea Point National Wildlife Refuge in Hawaii. The project requires specialized construction services to address existing leaks and corrosion, including the removal and reinstallation of the historic 2nd Order Fresnel lens, weatherproofing the lantern, and repairing ventilation mechanisms. This initiative is crucial for preserving a site listed on the National Register of Historic Places, highlighting the importance of maintaining historical landmarks while adhering to safety and environmental standards. Interested contractors must submit their proposals by the specified deadline, with an estimated project cost ranging between $1 million and $5 million. For further inquiries, contact Joann Mallory at joann_mallory@fws.gov or by phone at 404-679-7274.

    Point(s) of Contact
    Mallory, Joann
    (404) 679-7274
    (404) 679-4064
    joann_mallory@fws.gov
    Files
    Title
    Posted
    The document is a solicitation for a construction project titled "KP Lighthouse Lantern Repairs" to be performed at Kilauea Point National Wildlife Refuge, Hawaii, issued by the U.S. Fish and Wildlife Service. It outlines a firm fixed-price contract for the contractor to provide all necessary labor, materials, and equipment for repairs of the lighthouse lantern. The solicitation emphasizes the requirement for performance and payment bonds, adherence to various regulations, and compliance with labor standards, including Davis-Bacon Wage Rates. A pre-bid conference is planned to allow potential bidders to inspect the work site. The contract execution timeline is detailed, indicating a commencement within ten calendar days of award and completion within 365 days. The project budget is estimated between $1 million and $5 million. The document also incorporates clauses addressing environmental protection, hazardous materials management, and the procurement of sustainable products. This solicitation reflects the federal government's commitment to maintaining and restoring historical sites while ensuring compliance with environmental regulations and labor standards.
    The document outlines essential information for a federal grant or request for proposal (RFP) concerning the project location at Kilauea Point National Wildlife Refuge, Kaua’i, Hawai’i. It specifies the meeting point for an optional pre-proposal site visit, which will occur at the base of the lighthouse, although the exact day and time are yet to be determined. Additionally, the document notes the approximate location of Memorial Bricks, indicating a potential element of the project or a point of interest within the refuge. This foundational information is crucial for prospective bidders to understand site logistics and planning requirements, enabling them to prepare adequately for the proposal process. Overall, the document serves to facilitate engagement with stakeholders and guide the upcoming proposal submissions relating to the project at the refuge.
    The document outlines the bid schedule for repairs at the Kilauea Point Lighthouse as part of a Request for Proposals (RFP) from the Kilauea Point Wildlife Refuge, dated June 3, 2024. It specifies the requirements for bidders, emphasizing the need to provide a detailed breakdown of costs and support documentation for each task. The main tasks under the BASE BID include mobilization, lens removal, weatherproofing, ventilator restoration, and demobilization, among others. An OPTION task for cleaning and restoration of the Fresnel lens is also included, though no pricing is provided. The document underscores that incomplete bids will be disregarded, urging contractors to detail labor hours for each task. Overall, this RFP serves as an invitation for qualified contractors to participate in the lighthouse maintenance project, with a focus on ensuring comprehensive and compliant bids.
    The DOL Wage Determination document details the wage rates and classifications for construction work at Kilauea National Wildlife Refuge in Hawaii, under the Davis-Bacon Act. Effective June 7, 2024, this wage determination replaces an earlier version, specifying minimum wage requirements based on federal Executive Orders. For contracts entered or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The document lists various job classifications related to the construction project, including specific rates for skilled trades such as electricians, plumbers, and laborers. Each classification includes the base wage and fringe benefits, reflecting the prevailing rates in the area. The determination also outlines procedures for adjusting rates, conforming unlisted classifications, and appeals regarding wage determinations. This wage determination underscores the federal government’s commitment to fair labor practices and compliance with wage laws in public construction projects.
    The Kīlauea Point National Wildlife Refuge seeks proposals for the repair and restoration of the Daniel K. Inouye Kīlauea Point Lighthouse's lantern, which requires specialty construction services due to existing leaks and corrosion. The project scope includes removing and reinstalling the historic 2nd Order Fresnel lens, weatherproofing the lantern, repairing ventilation mechanisms, and replacing wall vent cover plates. The work is critical to preserving this National Register of Historic Places site, which has significant historical relevance. Contractors must exhibit expertise in historic lighthouse renovations, particularly regarding Fresnel lenses, and adhere to safety and environmental standards. Proposals should outline project schedules, safety plans, and quality control measures while addressing the specific challenges of a corrosive marine environment. All construction must comply with federal, state, and local regulations, especially concerning endangered wildlife. The contractor's work is to be completed within 180 days from the Notice to Proceed, ensuring minimal disruption to the refuge's ecological context while respecting its historical integrity. This solicitation exemplifies the government’s effort to overhaul enduring cultural landmarks through precise restoration work, reinforcing the importance of preserving historical sites for future generations.
    The document outlines a treatment plan for the restoration of the Daniel K. Inouye Kilauea Point Lighthouse's lantern, managed by the U.S. Fish and Wildlife Service (USFWS). ICC Commonwealth is contracted to design weatherproofing for the structure, which is listed on the National Register of Historic Places. Key tasks involve safely removing and reinstalling the First Order Fresnel Lens, replacing various components with stainless steel to enhance durability, and ensuring the work adheres to historic preservation standards. The project emphasizes the importance of following the Secretary of the Interior’s Standards, detailing necessary permits and pre-bid meetings for contractors. Additionally, specific work restrictions address habitat concerns and safe disposal practices to protect the surrounding environment. A significant component includes a comprehensive lead paint removal procedure, driven by environmental safety protocols. The project also mandates proper documentation and inspection processes, with strict regulations on operational compliance. This initiative highlights the government's commitment to preserving historical structures while ensuring environmental protection and worker safety during renovation projects.
    The field inspection report details the condition assessment of the Kilauea Point National Wildlife Refuge lighthouse, conducted by ICC Commonwealth for the USFWS. The inspection aimed to diagnose water intrusion, assess vibration isolation of the lantern glass, and document any rust concerns. Key observations included multiple leakages in the lantern's curtain wall, condensation issues, corrosion on various metal structures, and structural deficiencies in the lantern and service room. A secondary report by lighthouse consultant James Woodward highlighted the 110-year-old lens's good overall condition but identified cracked prisms and glazing concerns requiring careful repair methods. Two main restoration options were presented: keeping the lens in place during renovations, which poses risks due to construction activities, or removing the lens for safe, thorough restoration. The latter option is recommended for efficiency and safety, suggesting that public engagement could occur during the restoration process. The document serves as a foundational assessment for future restoration efforts, emphasizing the necessity for careful planning to preserve this historic site and its components.
    The document outlines a comprehensive manual for the cleaning and maintenance of the 2nd Order Classical Fresnel lens at Kilauea Point Lighthouse, prepared for the U.S. Fish and Wildlife Service. It emphasizes the necessity of professional training and safety precautions before personnel engage with the lens, given its fragility. The manual includes sections detailing inspection procedures, cleaning techniques for both glass and bronze components, emergency response for structural failures, and guidelines to ensure the lens's integrity during maintenance. Key tasks involve assessing the glass prisms for damage, dusting with appropriate tools, and carefully applying a specific cleaning solution when necessary. Essential emergency repairs, including temporary measures for cracks and issues with the glazing compound, are discussed. Continued vigilance is recommended due to the lens's degrading nature, with professional inspections suggested every three years. This manual serves as a vital resource to maintain the lens's historical and operational significance in the Kilauea National Wildlife Refuge.
    The United States Coast Guard has established Professional Lampist Standards for individuals seeking qualifications to conserve and restore Coast Guard-owned classical Fresnel lenses. Key requirements include a minimum of two years of supervised training by a certified lampist or conservator specializing in optical glass and historic navigational equipment. Candidates must also demonstrate three years of full-time experience in Fresnel lens conservation, excluding internships, and complete accredited continuing education courses focused on materials and treatment methods relevant to industrial artifacts and lenses. Additionally, applicants should possess knowledge and practical experience in standard conservation techniques for historical optical devices and metals. These standards ensure that only qualified professionals are permitted to handle and conserve these important historical artifacts within the Coast Guard’s heritage.
    The document outlines compliance considerations for the repair and maintenance of the Daniel K. Inouye Kīlauea Point Lighthouse, emphasizing its historic significance, particularly regarding its French-made Fresnel lens and concrete structure. Historic Hawai‘i Foundation (HHF) raises concerns about the need for qualified professionals in several restoration areas, including a Lampist for lens conservation, an Historic Architect for overall rehabilitation, and oversight by specialists familiar with lighthouse restoration. Key issues discussed include discrepancies in maintenance instructions regarding the patina on bronze sash frames, clarity on glass replacement versus preservation, and the approach to corroded cast iron vent framing, advocating for less destructive repair methods. Additionally, HHF stresses the importance of professionally qualified oversight for all restoration phases and appreciates the inclusion of maintenance guidelines for the corrosive environment. The document underscores the need for restoring historic elements carefully and ensuring that contractors are trained professionals according to the United States Coast Guard's Lampist standards, thereby enhancing both preservation efforts and operational safeguards of the historic structure.
    The U.S. Fish and Wildlife Service plans to issue a small business set-aside request for proposal (RFP) for maintenance and restoration work at the Kīlauea Point National Wildlife Refuge in Hawaii. The primary objective is to contract these services: removal and reinstallation of the 2nd Order Fresnel Lane, weatherproofing of the lantern curtain wall, and various ventilation system upgrades. The work, detailed in the upcoming solicitation, will be evaluated based on technical approach, past performance, and capability. Registered small businesses can expect the RFP on SAM.gov, with a contemplated firm-fixed price award determined by the best value evaluation criteria. The contracting officer will only accept written inquiries, and the solicitation package will be available online on August 23, 2024.
    The document outlines an amendment to a solicitation identified as 140FHR24R0005, specifically for a project related to the Hurricane & Recovery efforts. The primary purpose of this amendment is to inform potential contractors of a site visit scheduled for September 12, 2024, at Kilauea Point Lighthouse in Kauai, Hawaii, from 11:30 AM to 1:30 PM HST. Participants are required to RSVP for the on-site meeting. It emphasizes the necessity for contractors to acknowledge receipt of the amendment, which can be done through various methods, including completing required documentation and returning copies to the issuing office. Furthermore, it mentions that the other terms and conditions remain unchanged. This amendment follows federal guidelines and is a typical part of the solicitation process, ensuring clarity and compliance in governmental contracting activities while facilitating contractor participation in the procurement process.
    The government document is a solicitation for proposals (RFP) related to the "KP Lighthouse Lantern Repairs" project at the Kilauea Point National Wildlife Refuge in Hawaii. Issued by the U.S. Fish & Wildlife Service, it is designated as a firm fixed-price contract, with a mandated performance period of 365 calendar days. Contractors are required to provide all necessary labor, materials, and equipment for completing the repairs. The successful bidder will be selected based on the "Best Value Continuum" as outlined in the Federal Acquisition Regulation (FAR). A pre-bid proposal conference and site visit are encouraged for bidders. The estimated project cost ranges between $1 million and $5 million, and specific bonding and insurance requirements must be fulfilled. Proposals are due by a specified date, and any inquiries must be submitted in writing before this deadline. The document emphasizes compliance with federal regulations and encourages thorough planning and site inspection prior to bidding, showing the government’s intent to ensure quality outcomes while committing to rigorous evaluation standards in contractor selection.
    Lifecycle
    Title
    Type
    KP LIGHTHOUSE REPAIRS
    Currently viewing
    Solicitation
    Similar Opportunities
    C--HI MIDWAY ATOLL NWR OWNER'S REP
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for architectural engineering services as an Owner's Representative for the Midway Atoll National Wildlife Refuge in Hawaii. The project aims to enhance or construct protective features for the inner harbor and repair the seawall, emphasizing the federal government's commitment to environmental protection and infrastructure maintenance within wildlife refuges. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on their technical approach, past performance, and capabilities. The detailed solicitation package will be available on SAM.gov on September 18, 2024, and inquiries should be directed to JoAnn Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    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.
    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--KALA 248432 construct a fuel farm and dispensing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fuel farm and dispensing system at Kalaupapa National Historical Park in Hawaii. The project involves the installation of four 5,000-gallon above-ground fuel storage tanks, a 5,000-gallon diesel tank, and associated infrastructure, including footings, a dispensing/tracking system, and electrical connections. This initiative is crucial for meeting the fuel needs of the Kalaupapa settlement while ensuring compliance with safety and environmental regulations. Interested contractors must submit their proposals by September 19, 2024, and can contact Mark Barber at markbarber@nps.gov or 721-621-7310 for further information.
    Z--PERL Replace Damaged Hardware and Door Locks
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors to replace damaged hardware and door locks at the Pearl Harbor National Memorial, specifically targeting the replacement of 157 items. The project requires the contractor to provide all necessary management, tools, equipment, and labor to ensure that all doors are equipped with interchangeable key cores and new hardware as needed. This procurement is significant for maintaining the security and functionality of the memorial site, reflecting the government's commitment to preserving historical integrity while enhancing visitor experiences. Proposals are due by September 3, 2024, with the anticipated period of performance running from September 16 to November 15, 2024. Interested parties must ensure active registration in the System for Award Management (SAM.gov) and may contact Christine Tapp at christinetapp@nps.gov or 360-569-6501 for further information.
    Prince Jonah Kūhiō Kalanianaʻole Courtyard Inflation Reduction Act Waterproofing and Concrete Replacement – Design-Build (DB) Services
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for the design-build services related to the waterproofing and concrete replacement of the Prince Jonah Kūhiō Kalanianaʻole Federal Building and Courthouse in Honolulu, Hawaii. The project aims to address significant water infiltration issues in the courtyard, enhance exterior aesthetics, and ensure compliance with the Inflation Reduction Act by utilizing low-embodied carbon materials and sustainable construction practices. This initiative is crucial for maintaining the operational integrity of the only federal building in Honolulu, which houses multiple federal agencies. Proposals are due by December 9, 2024, with a project budget estimated between $5 million and $10 million. Interested firms should contact Krista M. Miller at krista.miller@gsa.gov for further details and to request additional solicitation documents.
    56--HI - FENCING MATERIALS_Amend 3
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking bids for fencing materials as part of hurricane recovery efforts at the James Campbell National Wildlife Refuge in Kahuku, Hawaii. The procurement includes a detailed Bill of Materials that specifies woven wire fencing, fence posts, clips, and galvanized pipes, with a performance period set from September 19, 2024, to November 12, 2024. This initiative underscores the government's commitment to wildlife preservation and recovery efforts following natural disasters, while also promoting opportunities for small businesses through a Total Small Business Set-Aside. Interested contractors must direct any inquiries to Tina Baker at tinabaker@fws.gov and ensure compliance with acknowledgment procedures to avoid rejection of offers, with the bid submission deadline extended to September 17, 2024.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.