PURCHASE REPAIRS FOR WASTEWATER TREATMENT PLANT AT
ID: 140P5224Q0072Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER WEST(52000)TUPELO, MS, 38804, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Aug 30, 2024, 12:00 AM UTC
  2. 2
    Updated Aug 30, 2024, 12:00 AM UTC
  3. 3
    Due Sep 13, 2024, 10:00 PM UTC
Description

The National Park Service, part of the Department of the Interior, is soliciting quotes for repairs to the Wastewater Treatment Plant at Barataria Preserve, located within the Jean Lafitte National Historical Park. The project involves critical tasks such as removing old components, cleaning the wet well, and installing new systems to ensure the facility operates effectively and complies with federal regulations. This procurement is particularly significant as it underscores the government's commitment to maintaining essential infrastructure while supporting small businesses, as the solicitation is set aside for total small business participation. Interested contractors must have a valid Unique Entity ID and active registration in the System for Award Management (SAM), with key deadlines including a site visit on September 4, 2024, questions due by September 11, and quotes due by September 13. For further inquiries, potential bidders can contact Dallas Harper-Staub at dallas_harper-staub@nps.gov or call 256-986-0815.

Point(s) of Contact
Files
Title
Posted
Sep 3, 2024, 7:04 AM UTC
The document outlines the wage determination under the Service Contract Act (SCA) for contractors involved with federal contracts, specifically for Louisiana parishes. It specifies minimum wage requirements dictated by Executive Orders 14026 and 13658, which mandate a minimum hourly wage of $17.20 for contracts post-January 30, 2022, and $12.90 for those between January 1, 2015, and January 29, 2022, if not renewed afterward. The register provides detailed wage rates for various occupations—from administrative roles to medical positions—clarifying benefits and additional pay requirements, including health and welfare provisions and compliance with recent paid sick leave legislation. Additionally, it explores the conformance process for unlisted worker classifications and associated wage rates. This document is critical for ensuring fair compensation and adherence to federal regulations in government contracting, facilitating transparency and worker protections across different job sectors. Effective management of these wages is essential for compliance in federal RFPs and grants.
Sep 3, 2024, 7:04 AM UTC
The National Park Service is soliciting emergency repairs for the wastewater treatment facility at the Visitor Center in Barataria Preserve, Jean Lafitte National Historical Park. The contractor is expected to provide all necessary labor, materials, and equipment while ensuring compliance with federal and park regulations. The work entails removing the old guard rail system, cleaning the wetwell, and installing new infrastructure. Work hours are restricted to weekdays from 7:00 a.m. to 3:00 p.m., excluding federal holidays. Safety is paramount, with contractors required to implement an effective accident prevention program and adhere to OSHA standards. Reportable accidents must be communicated immediately, with damages addressed at no additional cost to the government if negligence is involved. Environmental protection protocols must be followed to prevent contamination, and any hazardous materials must be properly handled. Contractor employees must wear identifiable uniforms, and vehicles must display company names visibly. This contract signifies the Park Service's dedication to maintaining infrastructure integrity while adhering to safety and environmental standards.
Sep 3, 2024, 7:04 AM UTC
The document pertains to the specifications of a submersible wastewater pump, indicated as essential for sewerage treatment operations. The pump operates on a voltage of 208 volts in a three-phase system and is connected to a leak detector, which enhances operational safety. The equipment is supplied by Buskirk & Owens, Inc. from Hayesville, Ohio. Key control features include an alarm system with options for testing and resetting, signifying alerts for both operational status and maintenance needs. Safety instructions emphasize disconnection prior to servicing to prevent accidents. The overview of the pump and its specifications suggests its deployment in environments that require reliable sewage management, advancing compliance with federal or state wastewater handling guidelines. Overall, this summary highlights the necessary operational and safety details pertinent for stakeholders involved in wastewater management within governmental frameworks.
Sep 3, 2024, 7:04 AM UTC
The National Park Service is soliciting quotes for repairs to the Wastewater Treatment Plant at Barataria Preserve, part of Jean Lafitte National Historical Park. This Request for Quote (RFQ) outlines the necessary work, including removing old components, cleaning the wet well, and installing new systems. The contract will be awarded based on criteria such as pricing, the ability to fulfill the scope of services, and past relevant performance. The solicitation is set aside for small businesses, and prospective bidders must have a valid Unique Entity ID and an active registration in the System for Award Management (SAM). Key dates include a site visit on September 4, 2024, with questions due by September 11, and quotes due by September 13. Additionally, applicable clauses and provisions from the Federal Acquisition Regulation (FAR) and various labor standards must be followed, including those concerning telecommunications services and labor laws. The document emphasizes the importance of compliance with federal laws governing contractor conduct and environmental protections. Overall, this request demonstrates the government's commitment to maintaining its facilities while ensuring compliance with legal standards and support for small business participation.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Wastewater Operator Services for Yosemite NP
Buyer not available
The National Park Service is seeking qualified small businesses to provide wastewater treatment operator services at Yosemite National Park in California. The procurement aims to maintain three wastewater treatment facilities, ensuring compliance with federal and state regulations while effectively managing wastewater treatment processes. This contract is crucial for sustainable wastewater management in a national park setting, with a performance period from May 18, 2025, to October 18, 2025. Interested offerors must submit their quotes via email to Charlene Flanagan by 5:00 PM Pacific Time on April 23, 2025, and demonstrate relevant past experience in wastewater treatment services as part of their proposal.
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.
Z--Olympic NP REHAB KALALOCH LAGOONS
Buyer not available
The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of wastewater lagoons at Olympic National Park's Kalaloch Area in Washington. The project involves installing manual headworks screens, floating dock systems, depth markers, new aerators, and various upgrades to existing structures, including pumps and piping, all under a single prime contract. This initiative is crucial for maintaining the park's wastewater management systems and ensuring environmental compliance. The estimated budget for the project is between $1,000,000 and $2,000,000, with a performance period from June 16 to December 31, 2025. Interested contractors must register in the System for Award Management (SAM) and can expect the solicitation details to be available around April 22, 2025; inquiries should be directed to Geraldine Larsen via email at geraldinelarsen@nps.gov, with no phone calls accepted.
Z--REPLACE SEPTIC SYSTEM FOR QTR, 321/323
Buyer not available
The National Park Service (NPS) is seeking qualified small businesses to replace the septic system for Quarters 321 and 323 at Buxton, North Carolina, as part of a firm-fixed-price contract. The project involves the demolition of the existing septic system and the installation of a new 1,000-gallon septic tank along with associated drain fields, adhering to North Carolina's environmental health standards and building codes. This initiative is crucial for maintaining the infrastructure of historic properties while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes by April 15, 2025, at 1 PM EST, and are encouraged to attend a pre-proposal site visit on March 28, 2025. For further inquiries, contact Ashley Warcewicz at ashleywarcewicz@nps.gov.
CLEANING/INSPECTION OF PARK WATER TANKS FOR FORT P
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking a qualified contractor for the cleaning and inspection of water tanks at Fort Pulaski National Monument. The project involves cleaning one 10,000-gallon tank and one 15,000-gallon tank, adhering to ANSI/AWWA C652-11 standards, and ensuring water safety through bacteriological testing, all without the use of chemicals. This procurement is crucial for maintaining safe potable water supply systems within the park, reflecting the government's commitment to public health and safety. Interested small businesses must submit their proposals by the specified deadline, with a performance period concluding on May 30, 2025, and can contact Tara Clark at TaraClark@nps.gov or 662-372-0363 for further details.
Y--HAVO 326181 Rehabilitate Rainshed & Water Treatmen
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the rainwater catchment and water treatment system at Hawai’i Volcanoes National Park. This Sources Sought Notice aims to gather information from both large and small businesses to inform the development of an acquisition strategy for a project expected to exceed $10 million, which includes enhancements to the rainwater system, demolition and replacement of two buildings, and adherence to protective measures due to cultural and environmental considerations. The construction is projected to last 20 months, with work scheduled year-round to minimize visitor impact, and interested businesses must submit their qualifications, experience, and bonding capacity by April 14, 2025, with the solicitation for proposals anticipated to be issued in Summer 2025. For further inquiries, interested parties can contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
S--JANITORIAL SERVICES Noxubee NWR, MS
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for janitorial services at the Noxubee National Wildlife Refuge in Mississippi. The contract requires weekly cleaning of the Visitor Center restrooms and a vault toilet at Bluff Lake Boat Ramp, ensuring high standards of cleanliness and hygiene for public facilities. This procurement is vital for maintaining a safe and welcoming environment for visitors, with a focus on compliance with federal regulations and standards. Interested small business contractors must submit their proposals by April 23, 2025, including a completed SF 1449 form, and are encouraged to attend mandatory site visits on April 10 and April 16, 2025. For further inquiries, contact Stephanie Long at stephanielong@fws.gov or by phone at 404-679-4059.
Bayou Courtableau Darbonne Drainage Structure Gauge Readings
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, New Orleans District, is seeking proposals for a contract to perform gauge readings and operate the Bayou Courtableau and Darbonne Drainage Structures in Port Barre, Louisiana. The contractor will be responsible for providing daily gauge readings, operating the drainage structures, and conducting emergency gauge readings, with performance monitored by a Government representative. This procurement is vital for maintaining efficient water management systems and is set aside exclusively for small businesses under NAICS code 221310, with a firm-fixed-price contract expected to last one year, with options for extension. Interested offerors must submit their proposals via email by April 16, 2025, and ensure they are registered in the System for Award Management (SAM) as a small business; for further inquiries, contact Angela Day at Angela.C.Day@usace.army.mil or Karen D. Hargrave at karen.d.hargrave@usace.army.mil.
S--BADL Biowaste Vault Pumping Service
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Quotes (RFQ) for Vault Pumping Septic services at Badlands National Park in South Dakota. The contract will cover the pumping services for 13 vaults located throughout the park, with an expected performance period starting on May 1, 2025, and lasting approximately three years. This initiative is part of the NPS's commitment to maintaining park facilities efficiently while supporting small businesses, as the acquisition is designated as a Total Small Business set-aside under NAICS code 562991. Interested contractors must be registered and active in the System for Award Management (SAM) to submit proposals, and they can reach Nathan Ziegler, the Contract Specialist, at nathanziegler@nps.gov or by phone at 605-574-0480 for further information.
Louisiana - Rental of Portable Toilets and Hand Wash Station and Associated Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking local small businesses to provide rental services for portable toilets and hand wash stations in Baton Rouge, Louisiana. The procurement includes delivery, setup, maintenance, and removal of the units, with a firm fixed price contract that has a base period of six months and options to extend for up to two additional years. This initiative is crucial for supporting FEMA operations during disaster responses, ensuring that equipment is maintained in serviceable condition and adheres to operational standards. Interested contractors must submit their quotes by 12:00 PM CST on April 18, 2025, and direct any questions to Contracting Officer Destiny Dyson at destiny.dyson@fema.dhs.gov.