Beach Access Upgrades
ID: 140P6425B0014Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RECREATION FACILITIES (NON-BUILDING) (Y1PA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Park Service, part of the Department of the Interior, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, Wisconsin. This project involves the demolition of existing structures and vegetation, followed by the construction of a new staircase, pathway, concrete paving, retaining walls, and vegetative surface restoration, with an estimated contract value between $500,000 and $750,000. The work is crucial for enhancing accessibility to the beach area, particularly for individuals with mobility challenges, and is set to commence in March/April 2026, with a performance period of 270 calendar days after the notice to proceed. Interested small businesses must contact Craig D. Bryant at craig_bryant@nps.gov or 440-717-3706 for further details, and are reminded to register in the System for Award Management (SAM) prior to bidding.

    Point(s) of Contact
    Bryant, Craig
    (440) 717-3706
    (907) 443-6139
    Craig_Bryant@nps.gov
    Files
    Title
    Posted
    Federal Acquisition Regulation (FAR) 36.211(b) mandates that agencies detail their policies and procedures for definitizing equitable adjustments in construction contract change orders, along with data on the time required for such definitization. This information is accessible via the provided link on the Department of the Interior’s website. The regulation underscores the need for transparency and efficiency in managing modifications to construction contracts within the federal government, ensuring fair and timely resolution of cost adjustments. This requirement is vital for federal RFPs and grants involving construction, as it establishes clear guidelines for contract administration.
    The National Park Service is seeking bids for the "Construct ABAAS Path & Staircase" project at Meyer's Beach, Apostle Islands National Lakeshore. This project involves the construction of an ADA/ABA-compliant path and staircase. The construction drawings include regional, park, and project location maps, with various scales provided for different sections. Key components of the project involve detailed seed mix schedules for base bids and bid option 3, specifying different mixes for bio-swale areas, erosion control, open lawn areas, and shaded canopies. Additionally, plant schedules for both the base bid and bid option 3 are included, detailing quantities, common and botanical names, sizes, heights, widths, and notes for trees and shrubs. The project aims to enhance accessibility at Meyers Beach while integrating specific landscaping and ecological considerations.
    This government file, Solicitation #140P6425B0014, outlines a Total Small Business set-aside contract for general construction services. The contract's performance period is 270 days after the issuance of a Notice to Proceed (NTP). The document focuses on reporting limitations on subcontracting, detailing the total amount paid by the government to the prime contractor during the performance period. It also tracks amounts paid to Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS). The limitation on subcontracting percentage is calculated based on these figures, although the provided examples show zero values and division-by-zero errors, indicating incomplete or erroneous data in that section.
    The Department of the Interior (DOI) uses the Contractor Performance Assessment Reporting System (CPARS) to evaluate contractor performance as mandated by FAR 42.1502. This web-based, paperless system facilitates electronic processing of performance evaluations, which are then used in source selection. Contractors must provide contact information for designated representatives within 30 days of award, who will then have access to their firm's evaluations. These representatives can provide comments and indicate agreement or disagreement with the assessment within 60 days of receiving the report. If no comments are provided, the contractor must acknowledge receipt. All evaluation information is source selection sensitive and must be protected, with strict controls on access and prohibitions against using the data for promotional purposes. Contractors can request a meeting to discuss evaluations within seven days of receipt. Finalized evaluations are available in CPARS for both contractors and government use.
    This document outlines the submittal requirements for the APIS PMIS 313908 Meyers Beach ABAAS Path and Staircase project, detailing both informational and action submittals across various construction phases. Key submittals include project management documents like construction schedules, safety plans, and lists of subcontractors. Specific technical submittals are required for pipe railings (manufacturer's data and shop drawings for mechanically connected railings and kayak slide rail details), concrete paving (product data for cement, aggregates, joint materials, admixtures, curing methods, samples, design mixtures, and shop drawings for concrete staircases and kayak slide rail footings), and site grading and retaining walls (imported topsoil, VGMSE system components like wall bags, infill soil mix, plates, and geogrid). Additionally, submittals for erosion control blankets, biodegradable stakes, boulder walls, porous flexible paving systems, stair fasteners, non-slip treads, and various hydroseed and plant materials are specified for site restoration and landscaping. The document highlights the need for detailed documentation, samples, and certifications to ensure compliance and quality throughout the project.
    The document is a BID SCHEDULE for the "Beach Access Upgrades" project at Apostle Islands National Lakeshore, U.S. Department of Interior, National Park Service, located at 415 Washington Ave, Bayfield, WI 54814. It outlines various construction items categorized into a Base Bid and three Options. The Base Bid includes site earthwork, demolition/removals, walks and pathways, walls and staircase, erosion control, seeding, and mobilization/demobilization. Each section details line items for materials, labor, and equipment, along with provisions for overhead, profit, and bonds, culminating in a Grand Total for the Base Bid. Option #1 covers a staircase upgrade (concrete in lieu of wood), Option #2 details a concrete accessible pathway (in lieu of aggregate), and Option #3 focuses on plantings/landscaping upgrades. Each option also includes line items for materials, labor, equipment, overhead, profit, and bonds, with their respective Grand Totals. The document concludes with a Grand Total encompassing the Base Bid and all three options. The purpose of this schedule is to itemize the costs associated with each component of the project for bidding purposes.
    The document outlines a BID SCHEDULE for the "Beach Access Upgrades" project at Apostle Islands National Lakeshore, a National Park Service facility. The project is divided into a Base Bid and three optional upgrades. The Base Bid includes: Mobilization/Demobilization, Site Demolition/Removals, Site Earthwork, Site Erosion Control, Site Walks and Pathway, Site Walls and Staircase, and Seeding. Each base bid item details categories for materials, labor, and equipment. The optional upgrades are: Option #1 for a Staircase Upgrade (concrete in lieu of wood), Option #2 for a Concrete Accessible Pathway (in lieu of aggregate), and Option #3 for Plantings/Landscaping Upgrades. Each option also includes provisions for materials, labor, and equipment, along with overhead, profit, and bonds. The schedule provides line items for unit, quantity, price per unit, and subtotal for each component, culminating in a grand total for the Base Bid and each option, as well as an overall Grand Total. The document is structured as a cost breakdown for a construction project, likely for an RFP.
    The National Park Service (NPS) is conducting a market survey (Reference 140P6425B0014) for "Beach Access Upgrades" at Apostle Islands National Lakeshore (APIS), Wisconsin. This is a Sources Sought notice, not a formal solicitation. The project involves demolishing existing structures and vegetation, followed by new construction of a staircase, pathway, concrete paving, retaining walls, and vegetative surface restoration. Work is anticipated to begin in March 2026. The NAICS code is 237990 ($45M small business size standard), and the estimated construction magnitude is between $500,000 and $750,000. Interested small businesses registered in SAM under NAICS 237990 are requested to submit firm information (name, address, phone, email, UEI, size status/SBA certifications) and a capability statement by February 19, 2024, at 12 PM ET to craig_bryant@nps.gov. The capability statement must include bonding limits, a brief explanation of the firm's ability to perform the work, and all requested company and certification information. This survey will inform the acquisition strategy.
    This government solicitation, RFP 140P6425B0014, is for "Beach Access Upgrades - APIS" and is a total small business set-aside. The project involves demolition of existing structures and vegetation, followed by new construction of a staircase, pathway, concrete paving, retaining walls, and vegetative surface restoration. The estimated magnitude of construction is between $500,000 and $750,000, and it is subject to the Construction Wage Rate Requirements Statute. Key requirements include a performance period of 270 calendar days after receiving a notice to proceed, mandatory performance and payment bonds, and a bid guarantee. A virtual bid opening is scheduled for February 24, 2026, at 12:00 PM ET. The solicitation outlines detailed instructions for offerors, contract clauses, and administrative data, including contact information for the Contracting Officer, Craig D. Bryant, and requirements for electronic invoicing through the IPP system. Green procurement practices are encouraged, and the project is subject to the availability of funds.
    The Apostle Islands National Lakeshore is seeking proposals for the "CONSTRUCT ABAAS PATH AND STAIRCASE AT MEYERS BEACH" project (PMIS 313908). This project aims to replace an existing staircase at Meyers Beach with a new accessible pathway and staircase, enhancing access for individuals with mobility challenges and kayakers. The scope includes demolition, construction of concrete sidewalks, porous flexible paving, a new staircase with kayak slide rails, retaining walls, and vegetative restoration. The project offers multiple bid options for different staircase and pathway materials, as well as enhanced landscaping. All work will be performed under a single contract with a 270-calendar-day performance period, starting March 30, 2026. Key requirements include strict adherence to environmental protection, preservation of potential historical/archeological data, utility protection, public access maintenance, and comprehensive safety plans. Contractors must submit various documents, including a construction schedule, accident prevention plan, and quality control plan, and adhere to specific site use, waste removal, and project closeout procedures.
    The SAM.gov General Decision Number: WI20260015 outlines prevailing wage rates and fringe benefits for heavy construction projects (excluding tunnel, sewer, and water lines) across Wisconsin. Effective January 2, 2026, it supersedes WI20250015 and details rates for various crafts like Boilermakers, Bricklayers, Carpenters, Electricians, Power Equipment Operators, Ironworkers, Laborers, Painters, Cement Masons/Concrete Finishers, Plumbers/Pipefitters, and Truck Drivers, categorized by specific counties or regions within the state. The document also includes classifications for hazardous waste premiums and provides detailed descriptions for power equipment operator groups. Additionally, it references Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage for federal contractors, and explains the identifiers for union, union average, survey, and state-adopted wage rates. A wage determination appeals process is also outlined for interested parties.
    Lifecycle
    Title
    Type
    Beach Access Upgrades
    Currently viewing
    Solicitation
    Similar Opportunities
    Loading similar opportunities...