Box Culvert Installation
ID: 140P6425B0002Type: Solicitation
AwardedMay 23, 2025
$458.8K$458,750
AwardeeNEHEMIAH CONSTRUCTION LLC 3186 BOOTEN CREEK RD Barboursville WV 25504 USA
Award #:140P6425C0005
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
    Description

    The Department of the Interior, specifically 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 with a closed concrete bottom to restore ecological connectivity while 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 contract value ranging from $500,000 to $1,000,000. Interested small businesses must acknowledge receipt of the solicitation amendments and submit their bids electronically by the specified deadline, with a mandatory site visit scheduled for April 16, 2025. For further inquiries, contact Christopher Bauer at christopher_bauer@nps.gov or call 330-468-2500.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    The document pertains to Solicitation #140P6425B0002 concerning the Box Culvert Replacement Project on Sand Point Road in PIRO. It addresses several questions and answers regarding project specifications, clarifications, and construction details. Key points include confirmation that the box culvert will feature a closed concrete bottom, despite references to a natural bottom intended to facilitate ecological flow and sediment deposition. Additional inquiries regarding asphalt concrete (AC) specifications indicate the materials should be consistent with the Local Agency Programs Hot Mix Asphalt Selection Guidelines, requiring adherence to specific thicknesses and grades based on average daily traffic. Overall, the document provides essential clarifications for contractors bidding on the project, ensuring conformity to technical requirements and environmental considerations. This solicitation illustrates the government's commitment to infrastructure improvement while maintaining ecological integrity.
    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.
    The document is an amendment to a federal solicitation, specifically RFP number 140P6425B0002. Its main purpose is to inform bidders of the changes made and to provide technical answers to questions raised after a site visit. Key points include the requirement for contractors to acknowledge receipt of this amendment through specified methods, which must be submitted before the designated deadline to ensure their offers are not rejected. The amendment does not extend the contract but allows for changes to offers already submitted. The focus remains on maintaining all existing terms and conditions while facilitating clear communication regarding inquiries related to the solicitation. Overall, this amendment supports the continuity and integrity of the procurement process within government contracts.
    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
    Similar Opportunities
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    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--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.
    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--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.
    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.
    Box Culvert Bridge Material for Modernization and Repair Work
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking to procure box culvert bridge materials for modernization and repair work at the McAlester Army Ammunition Plant in Oklahoma. The procurement requires the delivery of six sets of pre-engineered box culverts, each designed to accommodate an E-80 train design load, with specific dimensions of 16 feet in span, 8 feet in rise, and 78 feet in length, along with detailed specifications for wall, floor, and ceiling thicknesses. This project is crucial for maintaining infrastructure integrity and ensuring operational efficiency at the facility. Interested small businesses must submit their bids via email to the primary contact, Mackenzie Helgerson, by the closing date of December 22, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of recreation facilities as part of the Rend Trail and Bridges Construction project at New River Gorge National Park in Glen Jean, West Virginia. The project entails the rehabilitation of five bridges, the replacement of timber cribbing walls, and improvements to trailheads, with a performance period set from January 5, 2026, to September 29, 2028. This opportunity is significant for enhancing recreational infrastructure and ensuring safety and accessibility within the park. Interested small businesses must submit their proposals by January 8, 2026, and can direct inquiries to Rachel Dyer at racheldyer@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.