REPAIR TRIP HAZARDS AT FORT RALEIGH
ID: 140P5324R0043Type: Solicitation
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 Aug 20, 2024, 12:00 AM UTC
  2. 2
    Updated Aug 20, 2024, 12:00 AM UTC
  3. 3
    Due Sep 16, 2024, 7:00 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
Resurface Trail
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified contractors for a project to resurface the Adena Trail at the Hopewell Culture National Historical Park in Chillicothe, Ohio. The work involves repairing approximately 2,100 linear feet of cracks, patching asphalt surfaces, and applying a seal coat over about 48,500 square feet of pavement to restore the trail to a like-new condition. This project is crucial for maintaining the accessibility and safety of historical sites for visitors while preserving the integrity of the park's natural and historical features. The estimated project magnitude is between $25,000 and $100,000, and it is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded by June 2025. Interested parties should contact Ryan Begany at ryanbegany@nps.gov or 330-468-2500 for further details, and must ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in April 2025.
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--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 number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new 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 these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Y--SARA 257238 SARATOGA BATTLEFIELD TOUR STOP 7 DRAINAGE ISSUES
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to address drainage issues at Tour Stop 07 of the Saratoga National Historic Park. The project involves site construction activities, including grading and the installation of a drainage system, with a budget range of $250,000 to $500,000. This initiative is crucial for preserving the historical integrity of the site while ensuring visitor safety and minimizing disruption during construction. Interested contractors must submit their responses to the Sources Sought Notice by May 5, 2025, with a Request for Proposals anticipated by June 15, 2025. For further inquiries, potential bidders can contact Malissa Crofoot at malissacrofoot@nps.gov or by phone at 720-607-3973.
Z--GATE-REHAB ROOFS-BLDG 40
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to solicit proposals for the rehabilitation of roofs at Building 40, located in the Sandy Hook Unit of the Gateway National Recreation Area in Fort Hancock, New Jersey. The project involves comprehensive repair work, including debris removal, wood floor repair, roof sheathing and framing inspection, and replacement of roofing materials, all in compliance with the Secretary of the Interior Standards for the Treatment of Historic Properties. This opportunity is set aside for small businesses under NAICS code 238160, with an estimated contract value between $1 million and $5 million, and proposals are expected to be due approximately 30 days after the solicitation is issued on or about May 30, 2025. Interested contractors should ensure they are registered in the System for Award Management (SAM) and may contact Roselyn Sessoms at RoselynSessoms@nps.gov for further information.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
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, performing critical repairs, and constructing a new two-story addition to enhance accessibility and educational opportunities. The Visitor Center, a historic resource, will be closed during renovations, although the park will remain open to visitors. Interested businesses, both large and small, are encouraged to submit their qualifications, bonding capacity, and relevant experience by May 13, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research ahead of a full competitive acquisition process expected to commence in spring FY 2025.
Z--YOSE, SEKI, and DEPO Flooring IDIQ
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on flooring services at Yosemite, Sequoia and Kings Canyon National Parks, Devils Postpile National Monument, and El Portal, California. The procurement will encompass flooring installation and related tasks, with task orders ranging from $2,000 to $1,500,000, and a total cap of $1,500,000 for any single contractor. This initiative is crucial for maintaining the facilities within these national parks, ensuring they remain safe and accessible to the public. Interested businesses are encouraged to submit their capabilities and business classifications by May 2, 2025, directly to Timothy Modjeski at TimModjeski@nps.gov or by phone at 303-819-9916.
OCRACOKE HOUSING SIDING AND WINDOWS
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of siding and windows at four housing units located in Ocracoke, North Carolina. The project aims to enhance the structural integrity and safety of the housing by replacing deteriorated cedar siding with new 1 Blue Label CERTIGRADE western red cedar siding and installing hurricane-rated impact-resistant windows. This initiative is crucial for maintaining the quality of housing facilities within the Cape Hatteras National Seashore, ensuring compliance with safety standards while minimizing environmental impact. The contract, set aside exclusively for small businesses, has an estimated value between $500,000 and $1,000,000, with a performance period from September 1, 2025, to December 31, 2025. Proposals must be submitted by May 23, 2025, and interested contractors can direct inquiries to Ashley Warcewicz at ashleywarcewicz@nps.gov.
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 park facilities, emphasizing the importance of engaging small businesses in federal contracting opportunities. Proposals are due by April 28, 2025, at 5:00 PM EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Z--Replace Roof and Gutter - CNHP
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for the replacement of the roof and gutter system at 109 Jefferson St., Colonial National Historic Park, Virginia. The project involves removing approximately 2,000 square feet of asphalt shingles, repairing damaged plywood, and installing new gutters and gutter guards, all while adhering to OSHA safety guidelines and ensuring minimal disruption to the facility's occupancy. This procurement is crucial for maintaining the historical integrity of the site and ensuring the longevity of the structure. Interested contractors must submit sealed bids by 1200 EDT on May 9, 2025, with a performance period scheduled from June 2, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Melvin Gartrell at melvingartrell@nps.gov.