Z--REPAIR TRIP HAZARDS AT FORT RALEIGH
ID: 140P5324R0043Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jul 8, 2024, 12:00 AM UTC
  2. 2
    Updated Jul 8, 2024, 12:00 AM UTC
  3. 3
    Due Aug 22, 2024, 9:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of trip hazards at Fort Raleigh National Historic Site in North Carolina. The project involves lifting sidewalks to eliminate identified tripping hazards using polyurethane foam, ensuring compliance with ADA accessibility standards and maintaining the site's historical integrity. This firm-fixed-price contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and requires completion within 30 days of the notice to proceed. Interested contractors must submit their quotes by September 16, 2024, and direct any inquiries to Marilia Mateo at marilia_mateo@nps.gov by August 29, 2024.

Point(s) of Contact
Mateo, Marilia
(305) 242-7742
(305) 242-7795
marilia_mateo@nps.gov
Files
Title
Posted
Sep 3, 2024, 7:04 AM UTC
The document addresses the requirements outlined in the Federal Acquisition Regulation (FAR) 36.211(b), which mandates that federal agencies describe their policies and procedures related to the definitization of equitable adjustments for change orders in construction contracts. It emphasizes the importance of providing data on the duration needed to definitize these adjustments. The specific operational guidelines and additional information are accessible via the provided link to the Department of the Interior's acquisition policy webpage. This directive aims to ensure transparency and efficiency in the management of change orders within construction contracts, highlighting the federal government's commitment to maintaining structured procedures in contractual negotiations and adjustments.
Sep 3, 2024, 7:04 AM UTC
The document is a Past Performance Questionnaire related to Solicitation Number 140P5324R0043, issued by the National Park Service for a construction project at Fort Raleigh National Historic Site. It requests feedback about the contractor’s performance from a referenced agency under a prior contract. The questionnaire must be completed and submitted to the contractor by September 16, 2024. The file includes sections for detailing current or historical contract information—such as contract number, value, performance period, and description of services—and evaluations across multiple performance criteria, including overall capability, timeliness, and quality of work. Respondents are tasked with rating the contractor using defined performance categories, providing comments where necessary. This evaluation is essential for assessing the contractor's suitability for future work, highlighting the importance of past performance in federal contracting processes. The structured approach ensures accountability and continuous improvement in federal contracting practices.
Sep 3, 2024, 7:04 AM UTC
The document outlines a Request for Proposal (RFP) for the removal of trip hazards at Cape Hatteras National Seashore, specifically at Fort Raleigh National Historic Site. The solicitation, labeled 140P5324R0043, is a firm-fixed-price project set aside for small businesses, estimated to cost between $100,000 and $250,000. Contractors must begin work within ten days of receiving the notice to proceed and complete the project within 30 days. Bidders are required to present a detailed price breakdown and comply with various regulations, including obtaining performance and payment bonds. The document specifies submission deadlines: all offers must be submitted by September 16, 2024, with vendor queries due by August 29, 2024. Additionally, it emphasizes the necessity for contractors to be registered in the System for Award Management (SAM) to be eligible for contract award. The document meticulously details the performance expectations, inspections, payment requirements, and emphasizes adherence to safety regulations, including prohibitions on lead-based paint usage. Ultimately, the RFP aligns with federal guidelines to ensure quality and compliance in public works projects, supporting economic activity through small business participation.
Sep 3, 2024, 7:04 AM UTC
The Statement of Work outlines a project to lift sidewalks at Fort Raleigh National Historic Site in North Carolina to eliminate tripping hazards that range from ¼ to over 2 ½ inches. The project, necessitated by the site's unsafe concrete walkways, aims to repair 197 identified hazards using polyurethane foam for leveling while adhering to ADA accessibility standards. The work will be conducted in five designated areas, minimizing visitor disruption and ensuring all repaired surfaces comply with OSHA requirements. Contractors must ensure a one-year warranty on labor, submit material specifications for approval, and maintain quality through skilled labor and inspections. Safety measures around visitor areas and preservation of historical materials are emphasized, as well as post-repair cleanliness. The project reflects a commitment to improving safety for visitors while maintaining the site's historical integrity, and it aligns with government objectives for public facility maintenance and accessibility compliance.
Jul 8, 2024, 8:48 PM UTC
Sep 3, 2024, 7:04 AM UTC
The document outlines wage determination for highway construction projects in North Carolina, specifically General Decision Number NC20240091, effective from January 5, 2024. It covers various counties in the state, regulating the minimum wage and working conditions per the Davis-Bacon Act and related Executive Orders. Key points include the wage rates for different construction roles, such as blasters, electricians, and various labor classifications, with minimum hourly rates ranging from $10.12 to $24.66. For contracts awarded post-January 30, 2022, contractors must pay workers at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $12.90 per hour. The document also details the appeal process for wage determination, emphasizing the necessary steps for disputes related to wage classifications or rates. Overall, it aims to ensure fair labor standards and protections for workers involved in these projects, highlighting the federal government's commitment to upholding minimum wage laws in public construction contracts.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Repair Winston Monument, GUCO
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the Winston Monument located at Guilford Courthouse National Military Park in Greensboro, North Carolina. This project, set aside for Indian Small Business Economic Enterprises (ISBEEs), aims to restore the monument to its original condition following vandalism, adhering to the Secretary of the Interior's Standards for Historic Properties. The contract is estimated to range between $50,000 and $100,000, with a performance period from June 2, 2025, to June 1, 2026. Interested contractors must submit their proposals by May 12, 2025, and direct any inquiries to Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743.
Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a pre-solicitation notice for a Request for Proposal (RFP) focused on repairing the earthen roof structure of Fort Tompkins at the Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to enhance the roof's water-repelling capabilities to address ongoing water infiltration issues that have caused damage to the masonry. This project is significant for preserving the structural integrity of the historic site, and it will be executed as a firm fixed-price contract under NAICS code 238190, with a small business size standard of $19 million and an estimated project cost between $1 million and $5 million. Interested contractors must register in the SAM system to participate, and the RFP is expected to be released by April 14, 2025, with a project duration of 365 days from the Notice to Proceed. For inquiries, contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
Z--SHEN - REPAIR BMCG PAVEMENT
Buyer not available
The National Park Service, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract to repair and replace pavement on the Big Meadows Loop Road within Shenandoah National Park. The project entails applying a 2-inch asphalt overlay, performing full-depth patching, crack sealing, and adjusting utilities, among other tasks, to ensure the road and associated campsite parking areas are restored to proper condition. This procurement is significant for maintaining access and safety within the park, with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of 75 days from the notice of award. Interested contractors must register in the System for Award Management (SAM) and submit their capability information by April 16, 2016, to Wendy DeLeon at wendydeleon@nps.gov.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation No. 140P2025R0015. The project involves significant construction activities, including the installation of a new dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 21, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Z--NAVA-REPLACE CONCRETE HOUSES 6,5,4
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of concrete at residential houses 6, 5, and 4 at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve residential structures within national parks, emphasizing the importance of quality construction services. Proposals are due by April 16, 2025, at 5:00 PM EDT, and interested parties must contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further inquiries, while a mandatory site visit is scheduled for April 7, 2025, at 10:00 AM MST.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work and making significant renovations, including repairing utility systems, replacing the roof, and constructing a new two-story addition to enhance accessibility and visitor engagement. The Visitor Center, classified as a historic resource, will be closed during renovations, although the park will remain open to the public. Interested businesses, both large and small, must submit their qualifications, bonding capacity, and relevant experience by April 22, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research for this competitive acquisition process.
Z--COLO REHAB DUDLEY DIGGES HOUSE
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract to repair and rehabilitate the historic Dudley Digges House located in Colonial National Historic Park, Yorktown, Virginia. The project entails extensive work on the house's exterior, including siding replacement, structural repairs, installation of sump pits, and foundation drainage improvements, all while adhering to the Davis-Bacon Act. This opportunity is significant for contractors specializing in commercial and institutional building construction, with an estimated contract value between $250,000 and $500,000 and a performance period of approximately 396 days from the award date. Interested contractors must register in the System for Award Management (SAM) and submit their capability information by April 17, 2016, to Wendy DeLeon at wendydeleon@nps.gov.
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.
Z--Resurface Trail
Buyer not available
The National Park Service is seeking qualified contractors for the Resurface Trail project at Hopewell Culture National Historical Park in Chillicothe, Ohio. The project involves repairing and resurfacing approximately 2,100 lineal feet of the Adena trail, including crack repairs, patching asphalt, and applying seal coat to about 48,500 square feet of pavement. This work is crucial for maintaining the integrity and safety of recreational facilities within the park. The contract, valued between $25,000 and $100,000, is set aside for total small businesses and is expected to be awarded by May 2025, with performance commencing shortly thereafter. Interested parties should contact Ryan Begany at ryanbegany@nps.gov or 330-468-2500 for further details.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@nps.gov.