Y--Beach Access Upgrades
ID: 140P6425B0007Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking proposals for the Beach Access Upgrades project at Meyer's Beach within the Apostle Islands National Lakeshore. The project aims to construct an Accessible Built Environment Path and staircase to enhance visitor access, including features such as kayak slide rails and a slope designed for wheelchair accessibility. This initiative is crucial for improving recreational access while promoting environmental sustainability and compliance with federal accessibility mandates. Interested contractors should note that the solicitation is set aside for small businesses, with an estimated contract value between $500,000 and $750,000, and must submit their bids electronically by the specified deadline. For further inquiries, contact Craig Bryant at Craig_Bryant@nps.gov or call 440-717-3706.

    Point(s) of Contact
    Bryant, Craig
    (440) 717-3706
    (907) 443-6139
    Craig_Bryant@nps.gov
    Files
    Title
    Posted
    The document addresses the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b), which mandates federal agencies to outline their policies and procedures for the definitization of equitable adjustments regarding change orders in construction contracts. It emphasizes the importance of documenting the time required to finalize these adjustments. The information and guidelines pertinent to these requirements can be accessed through the provided link to the Department of the Interior's acquisition policy website. This summary serves to clarify the processes involved in handling changes during construction contracts and underscores compliance with federal regulations, crucial for maintaining project integrity and financial accountability in government-funded construction initiatives. Thus, it plays a key role in the context of government requests for proposals (RFPs) and grants, as well as local contracting practices.
    The National Park Service is requesting proposals for the construction of an Accessible Built Environment Path (ABAAS path) and staircase at Meyer's Beach in Apostle Islands National Lakeshore. The provided construction drawings detail the project’s location, which is critical for facilitating visitor access. The plan includes a plant schedule specifying various species to be planted, such as American Tamarack, White Spruce, and numerous native grasses and perennials, suitable for the environmental conditions of the park. The document outlines specific quantities and sizes for both trees and shrubs, as well as seed mixes for ground cover and bio-swales aimed at ecological restoration. This initiative aims to enhance visitor experience and accessibility while promoting native biodiversity within this federal site. It demonstrates a commitment to preserving and enhancing natural resources while ensuring that facilities are accessible to all visitors. Overall, the project is aligned with broader federal environmental and accessibility mandates, providing necessary infrastructure improvements within national park settings.
    This document pertains to Contract Number 140P6425B0007, which is a federal solicitation set aside for small businesses, focusing on general construction services. The total contract duration is outlined as 365 days following the issuance of the Notice to Proceed (NTP). The report includes sections detailing payments made to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS), although specific amounts are marked as "Insert First SSS Name" and similar placeholders, indicating a lack of actual data in this version. Additionally, the section on limitations regarding subcontracting illustrates the percentage of total paid amounts allocated between the prime contractor and subcontractors, revealing potential complexities in payment structures. The purpose of this document is to report on the financial and operational status related to federal RFP requirements, specifically monitoring compliance with subcontracting limitations. It serves as a template for tracking funds disbursed and ensuring adherence to small business contracting goals. Furthermore, the document controls the financial transparency and accountability necessary in public contracting processes.
    The document outlines the Department of the Interior's (DOI) procedures for the Contractor Performance Assessment Reporting System (CPARS), mandated by FAR 42.1502, which requires federal agencies to collect past performance information on contracts. The CPARS process is entirely electronic, allowing for efficient assessment of contractors’ performance through a web-based system. Contractors must provide contact information for designated representatives within 30 days of contract award to access and respond to performance evaluations. Evaluations must be completed within 60 days of the contract performance period's end, during which contractors can accept or comment on assessments. Strict confidentiality measures are emphasized, with directives to handle evaluations as source selection sensitive information. Contractors are prohibited from using evaluation data for promotional purposes and must seek a meeting to discuss evaluations within seven days of receipt. Finalized evaluations will be accessible via CPARS for government use in source selection. The overall aim is to standardize the assessment of contractors' past performance, ensuring a systematic approach to accountability and quality control in federal contracting processes. This compliance serves as a critical component for future federal RFPs and contracts, emphasizing the importance of historical performance in awarding contracts.
    The U.S. Department of Interior, under the National Park Service, has issued a bid schedule for construction work at Apostle Islands National Lakeshore, focusing on beach access upgrades. The document outlines a variety of construction items, including mobilization, site preparation, and improvements related to beach access. Bid elements are categorized into line items for materials, equipment, and labor, ensuring clarity in pricing and organization of the proposed work. Additional options for staircase upgrades and an accessible concrete pathway are presented as alternatives, with distinct sections for cost estimation including overhead, profit, and bonding. The bid encourages contractors to provide comprehensive pricing for the base project alongside optional enhancements, illustrating flexibility for various construction methods and materials. Overall, the document's purpose is to solicit proposals from contractors for improving public access to beach areas, demonstrating a commitment to enhancing visitor experiences in line with federal and state regulations while maintaining natural settings.
    The U.S. Department of Interior, under the National Park Service, has issued a bid schedule for construction work at Apostle Islands National Lakeshore, focusing on beach access upgrades. The document outlines a variety of construction items, including mobilization, site preparation, and improvements related to beach access. Bid elements are categorized into line items for materials, equipment, and labor, ensuring clarity in pricing and organization of the proposed work. Additional options for staircase upgrades and an accessible concrete pathway are presented as alternatives, with distinct sections for cost estimation including overhead, profit, and bonding. The bid encourages contractors to provide comprehensive pricing for the base project alongside optional enhancements, illustrating flexibility for various construction methods and materials. Overall, the document's purpose is to solicit proposals from contractors for improving public access to beach areas, demonstrating a commitment to enhancing visitor experiences in line with federal and state regulations while maintaining natural settings.
    The National Park Service (NPS) is soliciting contractor interest for potential upgrades at Apostle Islands National Lakeshore in Wisconsin, specifically focused on beach access improvements. The project involves the removal of existing structures including a staircase and parking lot, and the installation of new beach access features such as a pathway, staircase, and retaining walls, with an anticipated budget between $500,000 and $750,000, scheduled to begin in May 2025. Interested prime contractors must adhere to the small business size standard of $45 million and provide a range of information including their business qualifications, bonding limits, and socio-economic certifications. Responses to this market survey, which is not a formal bid or proposal request, are due by February 19, 2024. All correspondence should be directed to the Contracting Officer via the specified email, including the reference number for tracking. This survey aims to gauge the contractor landscape and their capabilities for the project, shaping the NPS's acquisition strategy for future solicitations.
    The document details Solicitation #140P6425B0007, an invitation for bids regarding Beach Access Upgrades under Amendment #0001. It answers critical questions from potential bidders about project specifications and submission procedures. Clarifications emphasize that there are no specific requirements for gravel porous pavers; instead, a Porous Flexible Paving System with Aggregate Infill is specified. Additionally, all bids must be submitted electronically, correcting contradictory statements in the solicitation. Bidders are reminded that they must submit bids for the entire project. Specific construction queries, particularly regarding kayak rail footings, indicate that these are part of the base bid and will be surface mounted to ensure easier future replacements. Lastly, seed mix ratios for plantings will be equal for all types as indicated on construction drawings. This document aims to streamline the bidding process while ensuring adherence to project specifications, reinforcing the government’s structured approach to project procurement and transparency in federal contracts.
    The document outlines a revised proposal relevant to federal and state/local RFPs and grants. Its purpose is to address structural and procedural adjustments to improve project implementation and compliance with regulatory standards. Key points include the necessity for detailed project plans, enhanced collaboration among stakeholders, and adherence to safety and environmental protocols. The revisions aim to streamline processes and ensure that projects align with federal requirements while considering local needs and regulations. Emphasis is placed on thorough evaluation and planning to mitigate risks, enhance efficiency, and ultimately improve the outcomes of funded projects. The overarching goal is to foster a framework that supports effective project execution while safeguarding public interests and ensuring accountability in government spending.
    The document outlines an amendment to solicitation number 140P6425B0007, indicating the procedures for acknowledging receipt of the amendment by contractors. The amendment specifies that offers must be acknowledged through one of three methods before the designated deadline to avoid rejection. It is primarily focused on a modification to an existing contract, detailing changes to contract items and requirements, including the posting of technical questions, answers, and revised project drawings dated May 8, 2025. Additionally, it states that all terms from prior documents remain unchanged except as noted in the amendment. Contractors are instructed to complete the Standard Form 1442 appropriately and refer to all amendments. This document is significant in the context of federal RFPs as it ensures proper communication and adherence to protocols between the government and contractors regarding modifications to contracts or solicitations.
    The document is an amendment to solicitation #140P6425B0007, announcing its cancellation in accordance with FAR 14.404-1. It outlines the procedures for offerors to acknowledge receipt of this amendment, emphasizing that failure to do so by the specified deadline may result in the rejection of their offers. The amendment includes relevant details regarding modification, such as acknowledgment methods (verbal, electronic, or via letter), and reminders that any changes to submitted offers must also be received before the stated deadline. The contract is administered by the NPS, MWR - Ohio division, based in Sagamore Hills, OH. Overall, the amendment serves to formally notify interested parties of the solicitation's cancellation, modifying the existing terms and conditions while keeping other aspects of the contract in effect. This document is part of the standard process in government contracting, aiming to ensure transparency and compliance within federal and state procurement activities.
    The document outlines an Invitation for Bid (IFB) issued by the National Park Service for the Beach Access Upgrades project, identified as Contract No. 140P6425B0007. The project involves removing existing structures, such as staircases and parking lots, while installing upgrades including a new parking area, pathway, staircase, and retaining walls. The total estimated cost for this construction is between $500,000 and $750,000, with a special emphasis on small business participation, as the solicitation is set aside for small businesses. Key specifications include a mandatory site visit and the requirement for performance and payment bonds. Bids must be submitted electronically before the specified deadline, and detailed pricing is required. Successful bidders are expected to commence work within ten days of receiving the notice to proceed and to complete all work within 365 days. The contract requires adherence to various construction wage rate requirements and stipulates compliance with safety regulations. The document emphasizes the significance of quality inspections, timely communication with the contracting officer, and the necessity of maintaining accurate project documentation to ensure compliance and successful project execution. The solicitation encapsulates the government's objective to enhance recreational access while adhering to federal regulations and promoting small business involvement.
    The Apostle Islands National Lakeshore project focuses on constructing an accessible pathway and staircase at Meyers Beach to facilitate improved access to the area, including kayaking. The existing staircase will be replaced with a new structure featuring kayak slide rails and an accessible path with a slope under 4.5%, designed to accommodate kayaks and wheelchairs. The project encompasses the demolition of existing structures, construction of a concrete sidewalk, vegetative restoration, and options for additional enhancements including a scenic overlook deck. The work will comply with historical preservation laws and environmental protections, with a focus on minimizing disruption to the public and surrounding ecosystems. Contractors must coordinate with park authorities, ensure adherence to safety and environmental standards, and complete the project within 365 days, including allowances for adverse weather. The document also outlines responsibilities for site management, existing utility protection, and community communication during construction.
    The document presents the General Decision Number WI20250015 dated February 21, 2025, outlining wage determinations for heavy construction projects in Wisconsin, adhering to the Davis-Bacon Act. It specifies minimum wage rates required under Executive Orders 14026 and 13658, applicable to federal contracts initiated from January 30, 2022, onwards, mandating a minimum hourly wage of $17.75 in 2025 for covered workers. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour. The document includes specific classifications for various labor roles such as boilermakers, electricians, carpenters, ironworkers, and laborers, detailing corresponding wage rates and fringe benefits across different counties. It provides a comprehensive list of wage rates reflecting union and non-union categories based on extensive surveys. Furthermore, it addresses compliance requirements, emphasizing the need for contractors to submit conformance requests for any unlisted classifications necessary for contract performance. The overarching purpose of this documentation is to ensure fair wages and labor standards are upheld in government-funded construction projects, demonstrating the federal commitment to worker protection and equitable compensation throughout Wisconsin.
    Lifecycle
    Title
    Type
    Beach Access Upgrades
    Currently viewing
    Solicitation
    Similar Opportunities
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Y--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.gov.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.