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
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Flamingo Housing Units 416 A-D at Everglades National Park. This project aims to enhance residential facilities, requiring contractors to perform significant renovations, including upgrades to electrical, plumbing, and HVAC systems, while adhering to safety and environmental regulations. The estimated contract value ranges from $500,000 to $1 million, with a performance period set from May 14, 2025, to December 1, 2025. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by May 2, 2025, and can direct inquiries to William Vazquez at William_Vazquez@nps.gov or by phone at 470-819-0934.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    The document provides clarifications on the rehabilitation project for Flamingo Housing Unit 416 A-D at Everglades National Park, responding to bidder inquiries ahead of the construction contract. It confirms responsibilities for contractors, including regular working hours (Monday to Friday, 7 AM to 5 PM), identification requirements for entry, and protocols for potential hazardous materials, noting the building's age but indicating no known hazardous materials are present. Key operational details include coordination for deliveries, parking restrictions, and necessary permits for weekend work. The contractor must handle power supply, with temporary water available on-site. Specific protocols are outlined regarding wildlife encounters and structural concerns, emphasizing the need for documentation and approvals for discovered damage. Guidelines for materials and construction practices are also provided to maintain the historical integrity of the building. Overall, the document serves to guide contractors on compliance and project execution, ensuring alignment with park standards and preservation goals while addressing logistical queries.
    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.
    This document serves as an amendment to solicitation number 140P5425R0002, issued by the National Park Service, South MABO. The amendment includes the addition of a Questions and Answers document, retaining all other terms and conditions unchanged. Contractors must acknowledge receipt of this amendment through specified methods to ensure their offers are not rejected. The period of performance for the contract is set from May 14, 2025, to December 1, 2025. The document outlines procedures for modifying existing contracts and emphasizes the importance of timely communication regarding amendments. It ensures clarity in response requirements for contractors involved in federal projects, reinforcing compliance with procurement regulations. Overall, the amendment addresses essential operational details for potential bidders, contributing to the integrity and efficiency of the procurement process.
    The document is an amendment to solicitation number 140P5425R0002, issued by the National Park Service for electrical fixtures. It informs contractors that they may propose alternative electrical fixtures not specified in the initial solicitation. Contractors are advised to itemize costs for these electrical fixtures separately to facilitate evaluation. Additionally, the amendment corrects the due date for the Past Performance Questionnaire, moving it to May 2, 2025, to align with the proposal submission deadline of the same date and time. The amendment emphasizes the unchanged terms of the original solicitation, apart from the specified modifications. The performance period for the contract is set from May 14, 2025, to December 1, 2025. The document must be acknowledged by offerors through specified communication methods to ensure compliance with submission regulations. Overall, the amendment aims to clarify the bidding process and timelines, reinforcing the solicitation’s overall objectives.
    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.
    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
    Similar Opportunities
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    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.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.