Y--Box Culvert Installation
ID: 140P6425B0002Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF TUNNELS AND SUBSURFACE STRUCTURES (Y1LC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 4:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting proposals for the installation of a box culvert on Sandpoint Road in Pictured Rocks National Lakeshore, Michigan. The project involves constructing a 4-foot wide by 10-foot long culvert to restore natural water flow between Lake Superior and coastal wetlands, while also replacing the existing road section over the structure. This initiative is part of the government's commitment to infrastructure improvement and environmental preservation, with an estimated construction cost ranging from $500,000 to $1,000,000. Interested small businesses must acknowledge receipt of the solicitation amendment and submit bids electronically by the specified deadline, with a mandatory site visit scheduled for April 16, 2025, at 10:00 AM EDT. For further inquiries, contact Christopher Bauer at christopher_bauer@nps.gov or call 330-468-2500.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 7:09 PM UTC
The document provides updated wage determinations for construction contracts in Michigan, specifically covering highway, airport, bridge, and sewer work, subject to the Davis-Bacon Act. It outlines minimum wage rates that contractors must adhere to, based on recent federal Executive Orders. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour for covered workers, while earlier contracts not extending after that date fall under Executive Order 13658's rate of $13.30 per hour. Wage determinations include detailed classifications for various construction roles across specific counties, including operation rates for carpenters, electricians, and laborers. Moreover, the document elaborates on the classification and expected pay rates across different work areas, ensuring compliance with federal standards. Specific fringe benefits, including health insurance and pension contributions, are listed alongside rates. The detailed information reflects the government's commitment to fair labor practices and providing protected worker wages, essential for contractors participating in federally funded projects. This framework supports a transparent and competitive bidding process in government contracting.
Apr 11, 2025, 7:09 PM UTC
The document outlines technical specifications and guidelines for a construction project overseen by licensed professional engineers in Michigan, led by Martin J. Weber. It includes essential site maps and access notes, alongside a detailed erosion and sediment control narrative. Key technical specifications highlight the minimum standards for various test methods, including wide-width strength and puncture resistance as per ASTM standards. The document details requirements for inspection procedures and maintenance, focusing on protection against erosion and sediment during construction activities. This comprehensive framework ensures compliance with safety and environmental regulations, crucial for the successful execution of the construction project while mitigating potential hazards related to erosion and sediment run-off. The information serves as a guide for contractors and subcontractors involved in governmental construction contracts and reflects the standard practices applicable to state and local RFPs.
Apr 11, 2025, 7:09 PM UTC
The document outlines Contract Number P6425B0002, categorized as a total small business set-aside for general construction services. The total contract value hinges on deliverables over 150 days following the issuance of the Notice to Proceed (NTP). It addresses financial transactions concerning Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS) throughout the contract's performance period. The report emphasizes compliance with limitations on subcontracting, specifically that the percentage of funds paid to SSS must not exceed 75% of the total amount paid to the prime contractor; exceeding this threshold indicates non-compliance with established regulations. The document also specifies the necessity of reporting financial distributions, but lists no amounts paid to subcontractors, leading to implications that compliance may have not been met within the financial parameters. Overall, the file serves to ensure adherence to contracting guidelines while highlighting the importance of proper subcontractor allocation to fulfill federal contracting requirements.
Apr 11, 2025, 7:09 PM UTC
The document outlines the construction project for a new box culvert at Sand Point Road in Pictured Rocks National Lakeshore, Michigan, managed by the National Park Service. The project focuses on creating a 4-foot by 10-foot culvert to restore the natural connection between Lake Superior and the coastal wetlands while allowing for modified road access. It includes comprehensive specifications across various construction divisions such as demolition, concrete work, earthwork, pavement, and utilities. Key project aspects include preserving historical and archaeological features, protecting existing utilities, and adhering to environmental regulations. Contractors are required to manage site operations with minimal public disruption and ensure the safety of all personnel through an established accident prevention program. The document specifies the need for proper communication protocols during construction and the provision of detailed submittals prior to the commencement of work. The period of performance for the entire project is capped at 150 days, reflecting a commitment to efficiency and timely execution while considering weather-related delays. Through these efforts, the National Park Service aims to enhance the wetlands' ecological integrity and maintain road functionality, balancing infrastructure development with environmental preservation.
Jan 21, 2025, 9:12 PM UTC
The National Park Service (NPS) is conducting a market survey to identify interested and capable contractors for a potential box culvert installation project at Pictured Rocks National Lakeshore in Michigan. This project, referenced as 140P6425B0002, involves installing a 4-foot wide x 10-foot long box culvert with a natural bottom on Sandpoint Road and replacing a section of roadway, with work anticipated to commence in late April/early May 2025. The project falls under NAICS code 237310, with an estimated construction cost between $500,000 and $1 million. Contractors wishing to participate must confirm their small business status and socio-economic certifications through SAM (System for Award Management). Potential bidders are required to submit specific information, including contact details, bonding limits, and a capability statement demonstrating their ability to complete the project. This market survey is a preliminary step and does not constitute a formal solicitation or commitment from the government. Interested contractors must submit their responses by January 24, 2025, via email, including the project reference number in the subject line. The results will guide the NPS's acquisition strategy for the project's potential solicitation.
Apr 11, 2025, 7:09 PM UTC
The document outlines an amendment to a solicitation related to a federal contract, specifically identified by the number 140P6425B0002. The amendment requires that offers must acknowledge receipt of this amendment before the specified deadline through various methods, including completing the amendment on offer copies or via written/electronic communication. Failure to acknowledge could lead to rejection of the offer. The amendment also clarifies details regarding a mandatory site visit, which is scheduled for April 16, 2025, at 10:00 AM EDT at a specified location in Munising, MI. The amendment serves to modify the conditions of the solicitation to ensure compliance and facilitate the offer process. It ultimately emphasizes the importance of communications regarding the acknowledgment of amendments and the specific logistics for site visits, reinforcing regulatory adherence in government contracting processes.
Apr 11, 2025, 7:09 PM UTC
The government solicitation outlines a Request for Proposal (RFP) for a construction project involving the installation of a box culvert on Sandpoint Road. The project requires all materials, labor, and tools to construct a 4-foot wide by 10-foot long culvert with a natural bottom and to replace the existing road section over the structure. The estimated construction cost ranges from $500,000 to $1,000,000, with a firm-fixed price contract to be awarded. This solicitation emphasizes participation by small businesses and mandates compliance with the Construction Wage Rate Requirements. A site visit is organized to facilitate bidders’ understanding of the project before submission. Bids must be submitted electronically by a specified date, with specific instructions on documentation requirements and compliance with procurement regulations. Important clauses include the necessity for performance and payment bonds, the contractor's obligation to maintain quality control, and provisions for inspections and acceptance of work. The document also details administrative contact information, issue specific guidelines for contract performance, and the requirement for adherence to federal standards regarding labor and safety compliance. This solicitation illustrates the government's commitment to improving infrastructure while ensuring regulatory compliance and fostering opportunities for small business participation in federal contracting.
Lifecycle
Title
Type
Box Culvert Installation
Currently viewing
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
F--Dune Climb Well Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Quote (RFQ) for the Dune Climb Well Replacement project at Sleeping Bear Dunes National Lakeshore in Empire, MI. This project involves drilling a new well approximately 90 feet deep, connecting it to the comfort station water system, and abandoning the old well in compliance with local regulations. The contract, valued between $25,000 and $100,000, is set aside exclusively for small businesses, with a firm-fixed price expected to be awarded by early July 2015, and performance commencing in July 2025. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details, and are encouraged to attend a site visit to better understand the project requirements.
PIRO STAIR SUPPLIES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking quotes for the procurement of stair supplies for the Pictured Rocks National Lakeshore in Michigan, as outlined in solicitation number 140P6425Q0033. This opportunity is a total small business set-aside, requiring suppliers to provide green pressure-treated lumber and associated hardware, all meeting specific quality standards for construction materials. The procurement is crucial for enhancing infrastructure within the national park, ensuring safety and improving visitor experience. Interested vendors must submit their quotes by 12:00 PM ET on April 28, 2025, and direct any inquiries to Colette Riegelmayer at coletteriegelmayer@nps.gov.
OK DEEP FORK NWR CULVERT BOX
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the construction of a box culvert at the Deep Fork National Wildlife Refuge in Okmulgee County, Oklahoma. The project involves the installation of concrete structures, including box culverts and approach drives, while ensuring compliance with environmental regulations and federal standards. This initiative is crucial for enhancing infrastructure at national wildlife refuges while promoting habitat protection and sustainability. Interested small businesses must submit sealed offers by the specified deadlines, with the anticipated contract value ranging from $100,000 to $250,000, and work expected to commence by June 10, 2025, and conclude by October 10, 2025. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
Beach Access Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, Wisconsin. The project involves the removal of existing structures and the installation of new facilities, including a parking area, pathway, staircase, and retaining walls, aimed at enhancing visitor access and promoting ecological restoration. This initiative is particularly significant as it aligns with federal mandates for accessibility and environmental preservation, ensuring that facilities are accessible to all visitors while maintaining the natural landscape. The estimated contract value ranges from $500,000 to $750,000, with a total small business set-aside, and bids must be submitted electronically by the specified deadline. Interested contractors can contact Craig D. Bryant at craigbryant@nps.gov or call 440-717-3706 for further details.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
Buyer not available
The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.
Little Lake Maintenance Dredging
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is seeking contractors for the Little Lake Maintenance Dredging project in Newberry, Michigan. This project involves routine dredging to address shoaling and sedimentation in the Little Lake Harbor, with the dredged material to be used for beach nourishment in a nearshore area. The anticipated contract will be a Firm-Fixed Price (FFP) Construction Contract, with an estimated value between $1,000,000 and $5,000,000, and is expected to be awarded based on the lowest responsible bid. Interested contractors should prepare for the solicitation, which is anticipated to be posted in April/May 2025, with bids due in May/June 2025. For further inquiries, contractors can contact Sally Artz at sally.artz@usace.army.mil or Kari Tauriainen at Kari.Tauriainen@usace.army.mil.
Z--INDU West Beach Picnic Shelter Replacement
Buyer not available
The National Park Service is preparing to issue an Invitation for Bids (IFB) for the West Beach Picnic Shelter Replacement project at Indiana Dunes National Park in Porter County, Indiana. This project involves the replacement of eight existing picnic shelter structures and one pergola, along with the installation of new boardwalks, concrete slabs, sidewalks, and furnishings such as picnic tables and trash containers. The estimated project magnitude is between $500,000 and $1,000,000, with a firm-fixed price contract expected to be awarded around June 2025, and on-site work commencing after Labor Day 2025. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a site visit, the details of which will be announced in the solicitation. For further inquiries, contact Jordan Ellis at jordanellis@nps.gov or by phone at 330-468-2500.
Y--Repave Willow Beach Road
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to solicit bids for the repaving of Willow Beach Road located in the Lake Mead National Recreation Area, Arizona. The project aims to rehabilitate and reconstruct a deteriorated two-lane asphalt roadway, enhancing safety and minimizing maintenance costs associated with past flood damage. Willow Beach serves as a popular recreational destination, providing access to various amenities for visitors, and the road's current condition necessitates urgent improvements. The estimated contract value ranges from $1 million to $5 million, with a performance period of 150 calendar days anticipated to commence following the solicitation's expected release around May 2025. Interested vendors should contact Michelle Bennett at michellebennett@nps.gov for further details and ensure they are registered in the Systems for Awards Management (SAM) to participate.