Z--REHAB FLAMINGO HOUSING UNITS 416 A-D
ID: 140P5425R0002Type: Solicitation
Overview

Buyer

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

NAICS

Residential Remodelers (236118)

PSC

REPAIR OR ALTERATION OF FAMILY HOUSING FACILITIES (Z2FA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 5:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting bids for the rehabilitation of Flamingo Housing Units 416 A-D at Everglades National Park, with a focus on enhancing residential facilities. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves significant renovations including upgrades to electrical, plumbing, and HVAC systems, as well as structural improvements and compliance with environmental regulations. The estimated contract value ranges from $500,000 to $1 million, with proposals due by May 2, 2025, and a pre-construction site visit scheduled for April 16, 2025. Interested contractors should contact William Vazquez at William_Vazquez@nps.gov or 470-819-0934 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 2:04 PM UTC
The document outlines the renovation project for the Breakroom and Conference Room at the Headquarters Building in Everglades National Park, focusing on comprehensive upgrades to enhance functionality and accessibility. Key renovations include complete interior and exterior surface renovations, new kitchen cabinetry, countertops, and mechanical systems in the breakroom, and updates to the conference room's interior finishes, lighting, and audiovisual equipment. The plan specifies the demolition of existing structures and installation of new elements, following strict adherence to safety and building codes. Particular attention is given to accessibility, with provisions for ADA-compliant fixtures and layouts. The contractor is responsible for coordinating all demolition and construction efforts while ensuring site cleanliness and adherence to relevant local, state, and national regulations. Included are detailed drawings, technical specifications, and a finish schedule, emphasizing the importance of maintaining the aesthetic integrity of the existing building while accommodating modern operational needs. The project showcases the federal government's commitment to improving facilities within national parks, reflecting functionality, safety, and environmental stewardship in public spaces.
Apr 7, 2025, 2:04 PM UTC
The document pertains to the repair and rehabilitation of housing units at Everglades National Park, outlining detailed project specifications managed by the National Park Service. The scope involves renovating six housing units, including significant upgrades to electrical, plumbing, and HVAC systems, replacing roofs, and performing interior renovations. The project is divided into three separate prime contracts for efficient execution. Key requirements for contractors include adhering to site use regulations, maintaining public safety during construction, and coordinating with environmental and safety management protocols. Clear guidelines are provided for contract modifications, submittal processes, and the establishment of a construction schedule using a Critical Path Method. Moreover, the document emphasizes the need for contractor compliance with federal regulations, quality assurance, and environmental considerations throughout the project. It serves as a comprehensive guide for ensuring that all work aligns with federal standards while effectively managing project logistics. This document is significant in the context of government-funded contracts as it specifies requirements for successful project execution, environmental responsibility, and regulatory adherence.
Apr 7, 2025, 2:04 PM UTC
The document presents the General Decision Number FL20250074, applicable to residential construction projects in Miami-Dade County, Florida, effective from February 21, 2025. It outlines wage determination guidelines under the Davis-Bacon Act, mandating minimum wage rates for various construction roles based on federal Executive Orders. Contracts initiated or renewed after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, maintain a rate of $13.30 per hour unless otherwise specified. The wage determination details classifications, current wage rates, and fringe benefits for various labor positions, such as electricians, operators, and laborers. Additionally, the document reflects compliance with paid sick leave regulations under Executive Order 13706. The appeals process for wage determination disputes is described, guiding interested parties on how to initiate requests for review and challenge decisions. This document serves as an essential reference for contractors and stakeholders involved in federally funded construction projects, ensuring adherence to labor standards and wage policies.
Apr 7, 2025, 2:04 PM UTC
The document is a Past Performance Questionnaire related to Solicitation Number 140P5425R0002, for rehabilitating the Flamingo Housing Unit 416 A-D at Everglades National Park, issued by the National Park Service. It requests performance assessments from references listed by the contractor in their proposal. The questionnaire includes sections for current or historical contract information such as contract number, value, period of performance, and a description of services. Evaluators are instructed to rate the contractor's performance based on criteria including performance, timeliness, quality of work, and overall satisfaction. The evaluation scales range from "Exceptional" to "Unsatisfactory," with room for explanatory comments. The responses aim to provide the Contracting Officer with insights into the contractor's ability to meet requirements, deliver timely results, and the quality of work delivered. The deadline for submission is April 1, 2025, to ensure timely evaluation as part of the procurement process. This questionnaire forms a crucial part of the evaluation for awarding federal contracts in line with government RFP processes, which emphasize contractor reliability and service effectiveness.
Apr 7, 2025, 2:04 PM UTC
This document outlines the renovation and demolition plan for various structures within the Everglades National Park, focusing on the Flamingo Community area. It details the actions needed for environmental compliance and infrastructure improvements, specifying tasks such as the demolition of existing doors, windows, roofing, and structural components, alongside the protection of certain existing finishes and installations. Key components include the removal of hazardous materials, assessment of demolition conditions, and adherence to safety protocols and regulatory compliance throughout the project. The National Park Service mandates thorough documentation prior to demolition work, necessitating coordination with structural engineers and contractors to ensure that all demolition adheres to the latest Florida Building Codes. Emphasizing sustainable practices, the document outlines preservation efforts for materials where possible, ensuring a balance between modernization and environmental stewardship. The overall goal is to enhance the facilities while respecting the natural and historical significance of the area, aligning with federal directives for park management and conservation.
Apr 7, 2025, 2:04 PM UTC
The document is an amendment to a federal solicitation (RFP 140P5425R0002), which modifies an existing contract or order by providing updated guidance regarding project drawings. The amendment specifies that contractors must acknowledge receipt of this amendment to ensure their offers are considered valid, detailing methods for acknowledgment including written communication referencing both the solicitation and amendment numbers. This revision also clarifies the period of performance for the project, which is set from May 14, 2025, to December 1, 2025. Furthermore, it instructs contractors to disregard any previously attached drawings and emphasizes that all other terms and conditions of the original solicitation remain unchanged. The purpose of this amendment is to ensure that all contractors work from the correct set of project drawings, thereby maintaining compliance and clarity throughout the solicitation process.
Apr 7, 2025, 2:04 PM UTC
The document outlines a solicitation for the rehabilitation of Flamingo housing unit 416 A-D at Everglades National Park, designated for competitive bidding under the Service-Disabled Veteran-Owned Small Business program. The bid submission deadline is May 2, 2025, with proposals required to be emailed to the contracting officer, William Vazquez. Bidders must include detailed documentation such as a completed Standard Form 1442, technical proposals, capabilities and experience, and past performance questionnaires. The project's estimated value is between $500,000 and $1,000,000, requiring performance and payment bonds upon contract award. The contractor must adhere to specific requirements including safety regulations, quality work standards, and coordination with National Park Service representatives. A pre-construction site visit is scheduled for April 16, 2025, and questions from bidders will be accepted until April 17, 2025. The contractor is responsible for complying with federal, state, and local laws, obtaining necessary permits, and maintaining effective communication with the contracting officer throughout the project. Overall, the solicitation emphasizes the government’s commitment to supporting veteran-owned small businesses while ensuring quality and compliance in public construction projects.
Mar 18, 2025, 5:04 PM UTC
The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a firm fixed price contract aimed at rehabilitating Housing Unit 416 A-D in the Flamingo area of Everglades National Park. This project, located approximately 38 miles from the park's main entrance, includes comprehensive rehabilitation tasks such as painting, plumbing and electrical system upgrades, and ensuring compliance with Miami building codes in various areas like flooring and cabinetry. This solicitation is designated as a Service-Disabled Veteran-Owned Small Business Set-Aside under NAICS Code 236118, with a standard business size limit of $45 million. The official solicitation materials will be posted on SAM.gov by April 2, 2025. Interested contractors must register with SAM to be eligible for contract awards and must attend a site visit, the date of which will be announced in the solicitation. The NPS emphasizes that it holds no obligation to maintain a bidder's list, and contractors are responsible for staying updated on any amendments related to the solicitation. All submissions must comply with representation and certification requirements on SAM.gov, as failure to do so may result in nonresponsiveness. Communication about the project can be directed to a designated NPS representative via email.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Y--REHAB PINE ISLAND HOUSING UNIT 124
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a Request for Proposal (RFP) for the rehabilitation of Pine Island Housing Unit 124 located in Everglades National Park, Homestead, Florida. The project entails significant upgrades, including the replacement of electrical, plumbing, and HVAC systems, roof replacement, and interior renovations in various areas of the housing unit. This procurement is particularly important as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236118, with an estimated contract value ranging from $250,000 to $500,000. Interested vendors must register on SAM.gov, attend a scheduled site visit, and monitor the platform for updates, as the official solicitation is expected to be released around June 1, 2025, with proposals due approximately 30 days thereafter. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
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--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 potable water supply well, with an estimated construction cost ranging from $1,000,000 to $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 28, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
S--HASSEL ISLAND VEGETATION CONTROL
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide landscaping services for vegetation control at Hassel Island, part of the Virgin Islands National Park. The project involves maintaining grounds, trails, and historical ruins to ensure visitor safety and preserve the integrity of historical artifacts, with specific tasks including cutting, trimming, and debris removal around key structures. This procurement is critical for maintaining the park's accessibility and historical significance, with quotes due by April 18, 2025, and a site visit scheduled for April 10, 2025. Interested contractors should contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934 for further details.
FIRE AND SECURITY SYSTEM AT TIMU
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the removal and replacement of fire and security systems at the Timucuan Ecological and Historical Preserve in Jacksonville, Florida. The project aims to install a modern, networked fire alarm and security system in several historical buildings, necessitating careful preservation measures due to their significance. This initiative is crucial for enhancing the safety and security of the site while maintaining its cultural and historical integrity. Proposals are due by May 2, 2025, with a project budget estimated between $500,000 and $1,000,000, and interested contractors must be registered as Service-Disabled Veteran-Owned Small Businesses. For further inquiries, contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934.
Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Update Lake Nona Canteen" project at the Orlando VA Healthcare System, which involves extensive renovations and repairs to enhance the facility's canteen services. The project includes replacing flooring, addressing water damage, and reconfiguring kitchen spaces, with an estimated construction cost ranging from $1 million to $5 million, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for improving the infrastructure of veteran healthcare facilities while ensuring compliance with safety and labor standards. Proposals are due by May 12, 2025, with a site visit scheduled for April 14, 2025; interested contractors should contact Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov for further details.
Y1DA--PROJECT 675-23-801, Bid-Build (BB) Improve Lake Baldwin Electrical Distribution
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Improve Lake Baldwin Electrical Distribution" project at the Orlando VA Healthcare System's campuses. This federal contract aims to rectify electrical deficiencies by replacing and upgrading critical infrastructure, including transformers, automatic transfer switches, and generators, to enhance reliability and safety for healthcare operations. The project, valued between $5 million and $10 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires compliance with various safety and regulatory standards. Interested contractors must submit their proposals by April 23, 2025, at 1:00 PM EST, and can direct inquiries to Contract Specialist Elizabeth Romero at Elizabeth.Romero@va.gov.
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--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
Z--HAMP 326087: Preserve Historic Structures Hampto
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the preservation and rehabilitation of historic structures at the Hampton National Historic Site in Towson, Maryland, under solicitation number 140P2025R0043. This design-bid-build construction project is specifically set aside for Competitive 8(a) Small Business concerns, with an estimated construction cost exceeding $10 million, focusing on restoring up to 14 historic buildings, addressing structural deficiencies, and upgrading mechanical and electrical systems while ensuring compliance with preservation standards. Interested contractors must acknowledge receipt of amendments to the solicitation, adhere to strict timelines, and submit proposals by the specified deadline, with the project period of performance scheduled from September 1, 2025, to March 1, 2027. For further inquiries, potential bidders can contact Marc Nguyen at marcnguyen@nps.gov or by phone at 720-448-1166.