Storm Drain Repair @ JAGA
ID: 140P6425Q0038Type: Combined Synopsis/Solicitation
AwardedJun 9, 2025
$5.7K$5,725
AwardeeREST EASY HOME CARE, LLC 395 DOUGLAS BLVD CLEVELAND OH 44143 USA
Award #:140P6425P0023
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSPECTION- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (H345)

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 soliciting quotes for storm drain repair services at the James A. Garfield National Historic Site in Mentor, Ohio. The project aims to address drainage issues by providing comprehensive repair services, including the inspection and maintenance of catch basins and storm sewer lines, with a completion timeline of 45 calendar days from contract award. This initiative is crucial for maintaining the site's infrastructure and ensuring environmental compliance while preserving its historical integrity. Interested small businesses must submit their quotes by 12:00 PM ET on May 20, 2025, and direct any questions to Craig Bryant at Craig_Bryant@nps.gov or by phone at 440-717-3706 before May 12, 2025.

    Point(s) of Contact
    Bryant, Craig
    (440) 717-3706
    (907) 443-6139
    Craig_Bryant@nps.gov
    Files
    Title
    Posted
    The U.S. Department of the Interior's National Park Service has issued a request for proposals (RFP) for storm drain repair at the James A. Garfield National Historic Site in Mentor, OH. This initiative includes materials, labor, and equipment necessary for the repair work as specified in the Statement of Work. The document outlines a pricing schedule for the associated costs, which include individual line items, although specific quantities and prices are left blank. This project reflects the federal government's commitment to maintaining historical sites and ensuring proper infrastructure. The overall goal is to enhance site safety and sustainability while preserving the integrity of the James A. Garfield National Historic Site.
    The U.S. Department of the Interior, through the James A Garfield National Historic Site, has issued a Request for Proposal (RFP) for storm drain repairs and related work. The price schedule outlines the required services, including materials, labor, and equipment, each listed as a line item with associated costs. The project necessitates a comprehensive approach to repair existing storm drains, ensuring all activities align with the specifications detailed in the accompanying Statement of Work. This RFP reflects the federal government's efforts to maintain and enhance infrastructure at historic sites, showcasing a commitment to preservation and operational integrity within the National Park Service framework. Bidders are expected to provide a total price for the services required, emphasizing transparency and accountability in government contracting processes.
    The document details the requirements related to covered telecommunications equipment and services in federal contracts, deriving from the John S. McCain National Defense Authorization Act of 2019. It establishes a representation that must be provided by the Offeror indicating whether they will supply or utilize covered telecommunications equipment or services during contract performance. The definitions relevant to terms such as "covered telecommunications equipment" are incorporated from a referenced provision. Two main prohibitions are outlined. The first prohibits procuring any equipment that uses covered telecommunications equipment as an essential component, while the second restricts contracting with entities utilizing such equipment or services regardless of the work performed under a federal contract. Offerors must also consult the System for Award Management (SAM) for excluded entities related to these provisions. Furthermore, the Offeror must provide detailed disclosures if they represent that they will or do use covered telecommunications equipment or services, including entity identification, descriptions of equipment or services, and justifications for their use under the established prohibitions. The overall aim is to mitigate risks associated with national security in government contracting. This regulation emphasizes compliance with stringent telecommunications standards for federal procurements.
    The National Park Service is soliciting quotes for storm drain repair services at the James A. Garfield National Historic Site in Ohio (Solicitation Number 140P6425Q0038). This request for quote (RFQ) is set-aside for small businesses, with a size standard of $19 million under NAICS code 238220. Interested contractors must obtain a Unique Entity Identifier (UEI) and be registered as small businesses in the System for Award Management (SAM). Offers are due by 12:00 PM ET on May 20, 2025, with questions accepted until May 12, 2025. The solicitation requires submission of several documents including a completed price schedule, a technical questionnaire demonstrating capability, and evidence of prior relevant experience. Quotes will be evaluated based on price, technical capability to meet requirements, and past performance. Compliance with federal regulations and specific amendments is mandatory, especially regarding telecommunications equipment and service use. The solicitation emphasizes the importance of complete and timely submissions according to guidelines to ensure eligibility for evaluation and potential contract award. The anticipated award date is projected for May or June 2025, illustrating the government's commitment to infrastructural upkeep and service quality at historic sites.
    The Statement of Work (SOW) for the storm drain repair at the James A. Garfield National Historic Site in Mentor, Ohio, outlines the project's objectives and requirements, following an observed issue of poor drainage leading to water pooling. The contractor is responsible for providing labor, materials, and equipment to service and inspect five catch basins, clear debris, and hydro jet storm sewer lines, completing the work within 45 calendar days of contract award. The document specifies various operational guidelines, emphasizing adherence to National Park Service regulations, notification protocols for utility interruptions, site disturbance limits, and pollution control measures. Key procedures include submitting product specifications and ensuring that all work contributes to the site's historical integrity while minimizing inconvenience to the public. The contractor must also ensure compliance with local and federal regulations and maintain safety measures throughout the project. Finally, the project concludes with a requirement for site clean-up and a one-year warranty on labor and workmanship, ensuring the completed work meets all stipulated standards. This project serves as an effort to maintain and enhance the historic site’s infrastructure while aligning with best practices in environmental protection and regulatory compliance.
    The Technical Questionnaire for the Storm Drain Repair project at the James A Garfield National Historic Site is a key component of the bidding process. It emphasizes the importance of detailed responses to two critical questions for bidders. The first question requires a comprehensive plan detailing how the project will be executed in accordance with the Statement of Work and the established timeline, while adhering to the pricing within the submitted bid. The second question seeks to understand the company's specific experience related to the type of work outlined in the Statement of Work, beyond just a list of prior projects. This document serves as a guideline for evaluators to assess bids effectively, stressing that imprecise or superficial answers might lead to a reduced score. Overall, the questionnaire aims to ensure that bidders provide thorough, clear, and relevant information that demonstrates their capability to perform the required services effectively while adhering to budget parameters.
    The Technical Questionnaire for the Storm Drain Repair project at the James A Garfield National Historic Site serves as a crucial component of the procurement process for this federal solicitation. Offerors must provide detailed responses to two primary questions. The first question requires a comprehensive outline of the proposed approach to completing the project while adhering to the statement of work, ensuring compliance with the timeline, and maintaining budgetary constraints as indicated in their pricing schedule. The second question asks for a detailed explanation of the company's prior experiences specifically related to similar projects, distinct from their general experience list. The responses to these inquiries will significantly influence the evaluation and selection of bids, highlighting the importance of clarity and specificity in the offeror's replies. Inadequate or vague responses could lead to lower ratings in the selection process, emphasizing the need for detailed and precise information.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    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.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    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.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project entails the removal and replacement of a 9ft x 48ft flat roof section, installation of approximately 20ft of flashing and sealant, and adherence to specific safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with Coast Guard standards. Interested contractors should note that the estimated contract value is under $25,000, with offers due by 3:00 PM EST on December 17, 2025. For further inquiries, potential bidders can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.MIL.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.