SEKI 342662 Demolish Ranger Station, Sequoia & Kin
ID: 140P2025Q0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for the demolition of the Ranger Station at Sequoia & Kings Canyon National Parks in California, under solicitation number 140P2025Q0001. The project aims to safely remove the structure, including any hazardous materials, and restore the site for future use, emphasizing compliance with safety and environmental regulations. This initiative reflects the government's commitment to maintaining public health standards and ecological integrity within national parks. Interested contractors, particularly small businesses, must submit their proposals by the specified deadline, and for further inquiries, they can contact Mark Barber at mark_barber@nps.gov or call 721-621-7310.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a geographic area in Tulare County, California, detailing various road names and proximity to notable features such as the Kings Canyon Visitor Center and Princess Campground. The focus is on the road layout, including Lower Loop Road, Upper Loop Road, and Generals Highway. While no explicit purpose is stated, the layout suggests a potential application for navigating parks or engaging in grant or RFP considerations for infrastructure improvements or visitor access to these recreational areas. Key points emphasize multiple intersections and routes within the specified region, likely pertinent for planning purposes in federal or state initiatives related to tourism, park development, or road maintenance strategies. The overall structure consists primarily of a sequence of road names and boundaries with no detailed context provided to understand the specific requirements or implications.
    The LUM KICA' ROADS document outlines the proposal for a federal grant aimed at improving road infrastructure within the Kica' region. The initiative seeks to enhance transportation safety, increase accessibility, and reduce maintenance costs through comprehensive road upgrades and repairs. The proposed work includes resurfacing existing roads, improving drainage systems, and implementing safety measures such as signage and road markings. Key objectives of the project focus on reducing vehicle wear and tear, minimizing travel times, and promoting economic development in the area by facilitating better access for transportation. The project is structured to include phases of planning, community engagement, and execution, ensuring alignment with local government standards and community needs. This request for funding is positioned within the broader context of governmental efforts to ensure infrastructure resilience and sustainability, aiming to secure the grant to support these initiatives for the Kica' community. Overall, the document demonstrates a commitment to enhancing public infrastructure while fostering community development and safety.
    The Sequoia and Kings Canyon National Parks 2007 General Management Plan outlines a strategic direction for the parks over the next 15-20 years, focusing on resource protection, visitor enjoyment, and sustainable growth. It establishes management zones to guide the preservation of natural and cultural resources, including giant sequoias, diverse wildlife, and significant ecosystems. The plan aims to enhance park experiences while accommodating increased visitation. Key objectives include protecting water resources, implementing carrying capacity measures, and maintaining the integrity of park ecosystems. Specific management actions involve improved accessibility, educational outreach, cultural resource preservation, and careful regulation of visitor activities, including commercial services. In light of the parks' historical significance and ecological values, the plan is designed to harmonize public use with conservation, ensuring that future generations can appreciate these unique wilderness areas while safeguarding their natural heritage. The document serves as a basis for future management initiatives and complies with legal and policy frameworks governing national parks.
    The document outlines vehicle inspection requirements for construction equipment entering two specific entrance stations in a national park: Ash Mountain and Grant Grove. It emphasizes the necessity for all construction machinery to be thoroughly pressure washed or steam cleaned to be free of weeds and dirt prior to entry, with inspections conducted by National Park Service (NPS) personnel to enforce these cleanliness standards. If equipment fails to meet these requirements, it will be denied entry. Additionally, it notes the locations for vehicle inspections, including limited cellular reception areas. Communications regarding arrival times should be coordinated via phone when near designated towns. This information is essential for maintaining park cleanliness and biosecurity, particularly in sensitive natural environments. The document serves to inform contractors and construction crews of pre-entry protocols, ensuring compliance as part of federal regulations related to environmental protection and park preservation.
    The document outlines the specifications for a construction project, specifically focusing on the layout and dimensions of various interior spaces within a structure. It details the interior living space of 1,057 square feet, along with measurements for different rooms such as bedrooms, bathrooms, dining areas, kitchen, and storage spaces. Key areas include three bedrooms of varying sizes, a master bedroom with dimensions specified, multiple bathrooms, a dining room, and a kitchen. The total exterior gross square footage is noted as 1,905 square feet. The document provides a precise outline of each space, indicated with specific square footages and dimensions, which is critical for ensuring the project adheres to regulatory standards and fulfills functionality requirements. The emphasis on meticulous measurement demonstrates the importance of planning in government RFPs to ensure contractual agreements meet predefined architectural and functional specifications.
    The document appears to relate to geographic data or mapping information associated with federal land management and related entities like Fresno County, Kings Canyon National Park, and the Bureau of Land Management. It mentions specific coordinates (latitude and longitude), suggesting a precise location within these jurisdictions. The reference to various mapping services such as Esri, HERE, and Garmin indicates a reliance on technological resources for spatial analysis and planning. The surrounding details seem fragmented, likely discussing dimensions or boundary markers (60 ft, 40 ft) which may pertain to land use or development regulations in the area. This document could be part of a request for proposals (RFP) tied to environmental or land management projects, potentially signaling an initiative to coordinate land use or conservation efforts within the designated regions. Overall, the content suggests an operational focus on land management, compliance with geographic specifications, and environmental considerations in government-funded projects.
    The National Park Service has issued a Letter of Compliance Completion regarding the demolition and removal of the storm-damaged Grant Grove Ranger Operations Building (Building #1698) in Sequoia and Kings Canyon National Parks. Following severe weather in 2022, the building, previously converted to ranger office space, suffered irreparable damage. The project involves completely demolishing the building and its associated structures, managing hazardous materials, and restoring the site without increasing the existing disturbed area. Mitigation measures are established to ensure compliance with federal laws concerning human health, environmental protection, and cultural resources during construction. Key requirements include implementing safety plans, adhering to noise restrictions, controlling dust and erosion, and minimizing impacts on native vegetation and wildlife, particularly threatened species such as fishers and spotted owls. Work is scheduled for fall 2024, with a maximum expected duration of 30 days. Project leaders must report on compliance and coordinate with relevant offices throughout the process to maintain environmental and safety standards. This compliance document exemplifies the government’s commitment to protecting park resources while addressing necessary operational changes within the park.
    The Project Waste Management Plan Worksheet Sample from the National Park Service is designed to guide waste management efforts during projects. It outlines a systematic approach for tracking materials, quantifying recycling, salvage, and reuse activities, and evaluating waste diversion from landfills. Essential categories include building materials, metals, carpet, and yard trimmings, with a structured table for inputting data on the quantities recycled or reused, total quantities generated, landfill diversion, and associated costs and revenues. The document emphasizes the need for waste diversion, aiming for a 60% goal. It provides a comprehensive overview of how to calculate and analyze waste management initiatives' financial impacts, including savings generated from reduced landfill usage. The worksheet is positioned as a resource to support compliance with recycling mandates and best practices in waste management in alignment with federal and state guidelines for waste minimization. Overall, it serves as an essential tool for ensuring sustainable practices and accountability in government-funded projects.
    The National Park Service has issued a Request for Proposal (RFP) for the demolition of a non-historic structure and miscellaneous debris at Sequoia & Kings Canyon National Parks, California, under solicitation number 140P2024R0181. The RFP requires bidders to provide detailed project experience, including information on contractors involved, project descriptions, pricing structures, and project performance periods. Bidders must outline their roles, past project work, reasons for any price or schedule changes, problem resolution methods, and successful means and methods applicable to the proposed project. The proposal includes a contract price schedule delineating costs for hazardous materials handling and the demolition of the ranger station. Additionally, there are stipulations regarding subcontracting limits for socio-economic set-aside contracts, emphasizing the need for compliance with federal regulations. Overall, the document serves as a comprehensive guideline for contractors to prepare their submissions, reflecting the government's commitment to adhering to safety and regulatory standards during the project's execution.
    The Statement of Work outlines the demolition and site restoration of the Grant Grove Ranger Office, severely damaged during a 2022 winter storm. The project, managed by the National Park Service, involves the complete removal of the structure and any hazardous materials, including demolition of footings, utilities, and appliances. The site will be restored to ensure proper drainage and prevent water ponding, preparing it for future use as a prototype housing building for Park staff. The scope emphasizes safety and environmental compliance, requiring hazardous material assessments and demolition planning prior to construction. Special attention is needed for locally sensitive resources, including wildlife, with restrictions on work hours and additional archaeological monitoring on site. Contractors must adhere to various federal, state, and local codes, providing comprehensive plans for waste management, erosion control, and safety protocols. The project prioritizes the involvement of small businesses, ensuring qualified personnel execute the work effectively. Overall, this undertaking demonstrates the Park Service's commitment to both safety and ecological responsibility while modernizing facilities for operational improvements.
    The document consists of a federal government file pertaining to Requests for Proposals (RFPs) and grants at both the federal and state/local levels. It outlines various funding opportunities designed to drive economic growth and support initiatives that align with government strategies. Key areas include environmental compliance, infrastructure improvements, and technological advancements that further community development. The document stresses the importance of meeting federal standards while also fostering public-private partnerships. It delineates specific eligibility criteria for applicants, including private organizations, local governments, and educational institutions. Detailed guidelines are provided on application processes, evaluation criteria, and funding allocations to ensure transparency and fairness. Moreover, the document emphasizes the significance of promoting equity and maximizing public benefits through efficient project execution. Overall, it serves as a comprehensive roadmap for potential grant applicants to understand available opportunities while highlighting the government's commitment to sustainable development and community empowerment.
    This document outlines a government contract (PIID) that specifies its type of set-aside, total contract value, performance period, and type of service involved. The financial details indicate that no payments were made to both similarly situated and non-similarly situated contractors, with a reported total of $0 for each category. Furthermore, the document includes a formula for calculating the limitation on subcontracting percentage, illustrating the financial limits placed on subcontracting parties in relation to the prime contractor's payments. Overall, the information reinforces the government's regulations regarding contracts and subcontracting, emphasizing compliance and transparency in federal spending while ensuring adherence to established limitations. The details are essential for understanding the contract's scope and financial distribution within the public procurement framework.
    The document outlines a Request for Proposal (RFP) from the National Park Service (NPS) for the demolition of a Ranger Station at Sequoia & Kings Canyon National Parks, California. The solicitation number is 140P2025Q0001, with the project identified as PMIS#342662, issued on October 10, 2024. It specifies that this is an invitation for sealed bids or negotiated proposals, noting that the work is currently unfunded but is expected to secure funding for contract awarding. Key requirements include the submission of proposals that encompass technical and cost elements, adherence to specific performance timelines, and compliance with safety standards and regulations, including environmental considerations for hazardous materials (Hazmat). The document emphasizes the necessity for bidders to include performance and payment bonds, identify key personnel, and ensure insurance coverage. Additionally, it details provisions for government inspections, work schedules, and conditions regarding potential modifications to the contract. Overall, this RFP is structured to attract qualified contractors to safely undertake demolition and remediation tasks, reflecting the government's commitment to maintaining public health standards and environmental compliance in federal contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of historic structures at Fort Yellowstone in Yellowstone National Park, under Solicitation No. 140P2024R0177. The project aims to restore and upgrade the exteriors of seventeen historic buildings, focusing on preserving their historical integrity while addressing necessary structural repairs, including roofing, masonry, and window restorations, in compliance with federal preservation standards. This initiative is crucial for maintaining the cultural heritage of the park while enhancing the facilities for operational use, with an estimated project value exceeding $10 million. Interested contractors must submit their proposals by November 4, 2024, and can contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--Source Sought Notice
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for the rehabilitation of the Painted Desert Community Complex located within Petrified Forest National Park, under project number PEFO 267538. The project aims to address structural deficiencies, restore historical features, and upgrade facilities to meet current standards, with an estimated construction cost exceeding $10 million. This initiative reflects the federal government's commitment to preserving national landmarks while enhancing visitor experiences and public engagement. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    CA FTNP SEKI 13(2) Mineral King Road
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration, is soliciting bids for the rehabilitation of Mineral King Road in Sequoia and Kings Canyon National Park, California, under solicitation number 6982AF24B000017. The project involves rehabilitating approximately 12.09 miles of roadway, including tasks such as asphalt paving, drainage improvements, and construction of retaining walls, with an estimated cost range of $25 million to $35 million. This initiative is crucial for maintaining access to the park while ensuring compliance with federal regulations and environmental standards. Interested contractors must submit their bids by 2:00 p.m. local time on November 6, 2024, and are encouraged to attend a pre-bid meeting on October 8, 2024, for further project insights. For inquiries, contact Jorey Deml or Ryan Phillips at cflacquisitions@dot.gov.
    Y--BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The fire station will enhance safety infrastructure within the national park, featuring a 5,142 square foot facility designed to accommodate emergency services and comply with various building codes and environmental regulations. Interested contractors must submit their proposals by November 7, 2024, at 3:00 PM ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Y--ROMO 327127 Bridge Preservation" project, aimed at preserving multiple bridges within Rocky Mountain National Park. Contractors will be required to perform various preservation tasks, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is crucial for maintaining the park's infrastructure while ensuring compliance with environmental regulations and federal standards. Interested contractors should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and must submit their proposals by the specified deadline, with a pre-proposal site visit scheduled for October 4, 2024.
    YOSE 196416 Rehabilitate El Portal Wastewater Trea
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. The project aims to modernize the 45-year-old wastewater treatment facility, which serves the Yosemite Valley and surrounding communities, by replacing outdated systems and enhancing operational capabilities while also rehabilitating the Administrative Camp for use as RV sites for construction workforce housing. This significant infrastructure investment, with an estimated construction cost between $150 million and $200 million, requires adherence to strict safety, environmental, and quality standards, with work expected to commence within 10 days of contract award and completed within 1,460 days. Interested contractors can contact Paula Teague at paulateague@nps.gov for further details and must submit their proposals in accordance with the outlined guidelines.
    Z--Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California, under solicitation number 140PS124Q0039. The project involves critical construction services, including soil testing, erosion repairs, installation of new culverts, and the use of rip rap for stabilization, with a total project completion deadline of 90 days from the notice to proceed. This initiative is vital for restoring environmental functionality and safety within the park following severe flood damage in August 2023. Interested contractors must submit sealed offers, with a contract value expected to range between $100,000 and $250,000, and are required to attend a mandatory site visit on September 30, 2024. For further inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    61--Transformer and Switchboards for Yosemite NP
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide one three-phase transformer and two switchboards for Yosemite National Park, California, under solicitation number 140P8524Q0128. The procurement aims to enhance the electrical infrastructure at the El Portal Administrative Camp, adhering to stringent specifications and industry standards for safety and performance. This opportunity is crucial for maintaining reliable power distribution within the park, with a contract period of performance from November 25, 2024, to October 1, 2025. Interested vendors must submit their quotes by October 24, 2024, at 1:00 p.m. Pacific time, and can contact Lisa Henson at LisaHenson@nps.gov or 928-612-0074 for further information.
    MACA 258051 Replace Seasonal Housing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking input for a construction project titled MACA 258051, aimed at replacing seasonal housing at Mammoth National Park in Kentucky. The project involves the construction of two two-story 12-plex housing units and the demolition of three existing single-story units, along with associated site work, utilities, and hazardous abatement. This initiative is crucial for enhancing the living conditions for seasonal staff and ensuring the sustainability of park operations. Interested parties are encouraged to respond by October 24, 2024, providing details on business size, bonding capabilities, and relevant experience, as the NPS prepares for a Request for Proposal (RFP) expected in Summer 2025, with an estimated project cost between $5 million and $10 million.
    Y--YOSE 196416 Rehabilitate El Portal Wastewater Treatment Facility and Admin Camp.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is preparing to solicit proposals for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. This project aims to upgrade the 45-year-old wastewater treatment plant, which is critical for managing wastewater for Yosemite Valley and surrounding communities, by replacing outdated infrastructure and systems, demolishing obsolete structures, and creating RV sites for construction workforce housing at the former administrative camp. The estimated cost for this comprehensive project exceeds $150 million, with a performance period of approximately 1460 days, including potential environmental shutdowns. Interested contractors must be registered with the System for Award Management (SAM) to participate, and solicitation documents are expected to be issued around September 30, 2024. For further inquiries, contact Patrick Naulty at patricknaulty@nps.gov or call 303-987-6701.