The National Park Service is seeking interested firms for the GLCA 318876 project, which involves constructing a low water access ramp at Antelope Point, Lake Powell. This notice is not a request for proposal but a sources sought announcement to gather capabilities from interested parties. Firms are invited to submit their qualifications, demonstrating relevant experience in similar design-build projects valued over $20 million. The project includes reconstructing a non-functional boat launch ramp and improving parking area infrastructure, requiring specialized skills such as underwater construction and mass grading. The design is at the Schematic level, with anticipated completion between June 2025 and June 2028. Interested contractors must possess bonding capability, certified registration on www.SAM.gov, and previous experience with federal agencies in sensitive environments. Responses must be submitted electronically, no later than 1:00 pm Mountain Time on November 18, 2024. The success and interest in responses will inform the structure of the subsequent competitive acquisition. This initiative highlights the NPS's commitment to addressing infrastructure challenges in response to environmental conditions impacting recreational access.
The National Park Service (NPS), Denver Service Center (DSC), Contracting Services (CS) Division issued a Pre-Solicitation Notice (PSN) for Request for Proposal (RFP) 140P2025R0021. This RFP concerns the reconstruction of the Antelope Point Launch Ramp at Glen Canyon National Recreation Area, Page, Arizona, due to low water levels. The project is a design-build contract, extending the ramp for long-term usability and improving associated parking. The NPS has developed a 30% design level to guide prospective bidders. The contract, a Firm-Fixed-Price (FFP) agreement, has an anticipated performance period of 1,095 calendar days and a magnitude of over $10,000,000. The NAICS code is 237990 (Other Heavy and Civil Engineering Construction), with a size standard of $45 Million. Bonding (Bid, Performance, and Payment) will be required. The formal RFP is expected to be issued on or after September 8, 2025, via SAM.gov. A Pre-Proposal Conference and Site Visit are anticipated. Award will be based on a best value continuum utilizing a Trade-off process, where technical/non-price factors (Technical Approach, Technical Qualifications, Key personnel, Schedule, and Past Performance) are significantly more important than price.
This government RFP (Solicitation 140P2025R0021) outlines a Design-Build (DB) project for Glen Canyon National Recreation Area (GLCA) in Arizona to construct new low-water boat ramps and parking facilities at Antelope Point. The project, GLCA 318876, addresses historically low Lake Powell water levels by designing a ramp accommodating elevations between 3,445 and 3,700 feet, with a baseline construction elevation of 3,580 feet and provisions for adjustments due to water level fluctuations. The scope includes a 150-foot-wide ramp, 8.3-acre boat parking, and 0.7-acre passenger parking, with optional extensions for lower water levels. The total contract time is 820 days, with construction starting after environmental approvals (anticipated by October 25, 2025). The DB Contractor is responsible for design, construction, permits, environmental compliance (including Condor and Razorback Sucker protection, and Aquatic Invasive Species Management), and adherence to NPS design standards. An NPS archeologist will monitor ground-disturbing activities.
The provided text outlines two station points: STA 1000+00.00 POB and STA 1043+06.33 POE. Within the context of government RFPs, federal grants, and state/local RFPs, these points likely delineate a specific segment or boundary within a larger project, such as a construction, infrastructure, or land development initiative. The 'POB' (Point of Beginning) signifies the starting point, while 'POE' (Point of Ending) marks the termination of the defined segment. This information is crucial for defining project scope, establishing work limits, or identifying a particular area for which proposals or grants are being sought.
The document raises several engineering and design questions regarding a construction project, likely a road or drainage system, given the mentions of 'STA' (stations), 'ditches,' 'culverts,' and 'grade.' Key concerns include the necessity of displaying a design water level line, the consideration of rock check dams in steep-grade ditches, and the hydraulic analysis confirming the adequacy of a 24-inch pipe for stormwater flow. It also questions the post-culvert water management, the absence of riprap ditch lining in sections with similar grades, and the need for a rundown at the end of a steep culvert. The repeated station numbers indicate specific segments of the project under review.
The Technical Memorandum for the Glen Canyon Low Water Ramps - Hite project summarizes the hydrologic analysis used to determine peak flow rates for culvert crossings and ditch sizing. The analysis, prepared for the National Park Service by Douglas P. Stewart and reviewed by Thom Rutledge, utilized the SCS unit hydrograph method in HEC-HMS for offsite hydrology and the Rational Method for ditch sizing. Topography data from LiDAR and USGS DEM, rainfall data from NOAA Atlas 14 for 5, 10, 50, and 100-year storm events, and soil data from the USDA Web Soil Survey (primarily Hydrologic Soil Group Type D) were key inputs. Land use data from USGS NLCD 2021 was used to calculate weighted curve numbers for subbasins. Lag times were determined using TR-55 methods. This memo facilitates NPS review of the methodology and assumptions, providing preliminary culvert locations and ditch sizes, with updates to follow project design progression.
The Geologic Memorandum by Yeh and Associates details the geological assessment for the proposed Hite Boat Launch Ramp in Glen Canyon National Recreation Area, Utah. Due to historically low water levels in Lake Powell, the National Parks Service plans a new ramp at Hite. Yeh's site reconnaissance on May 15-16, 2024, included geologic mapping, hazard identification, and structural data collection. The project traverses four areas: Valley Floor, Ravine, Terrace, and Final Cut, primarily composed of Cedar Mesa Sandstone with localized river terrace deposits. Key geotechnical considerations include cut and fill slope stability, erosion, rockfall potential, and excavation characteristics. The memorandum provides preliminary recommendations for design-build contractors, emphasizing additional geotechnical exploration, testing, and analyses for refined understanding of subsurface conditions and mitigation of identified hazards.
The document outlines a Small Business Subcontracting Plan for large businesses responding to federal government RFPs over $750,000 ($1,500,000 for construction). It details the National Park Service's (NPS) FY24 subcontracting goals for various small business classifications, including Small Business (42%), Small Disadvantaged Business (10%), HUBZone (3%), ISBEE (3%), SDVOSB (5%), and WOSB (5%). The plan, mandated by FAR 52.219-9, requires offerors to provide dollar and percentage goals for subcontracting, a description of products/services to be subcontracted, methods for determining goals and identifying potential subcontractors, and how indirect costs are handled. It also specifies the responsibilities of a Subcontracting Program Administrator, outlines efforts to ensure equitable subcontracting opportunities, and details reporting requirements via eSRS. The document emphasizes the inclusion of FAR clause 52.219-8 in subcontracts, recordkeeping, good faith efforts, and prompt payment to small business subcontractors. Required signatures from the Prime Contractor, Contracting Officer, and Small Business Specialists from NPS and SBA confirm acceptance and commitment to the plan.
The Project Experience Questionnaire is a crucial component of government solicitations, requiring offerors to detail their past project experience relevant to specific evaluation subfactors. This form collects comprehensive information on referenced projects, including titles, locations, descriptions, and owner details. It mandates a list of all contractors involved, specifying their roles, trades, prices (original and final), and performance periods. The questionnaire then poses seven detailed questions designed to assess the contractors' work, changes to price and schedule, problem-solving approaches, successful methods, and any additional relevant information. This structured approach allows government agencies to thoroughly evaluate a contractor's capabilities and suitability for proposed projects, ensuring transparency and accountability in the selection process.
The Past Performance Questionnaire is a critical government document used for source selection in federal, state, and local RFPs and grants. It requires offerors to complete their company and contract information, after which a designated reference evaluates their performance. The questionnaire includes a 'Notice to Contractor' that explicitly states the information's purpose as source selection sensitive and prohibits its use for advertising or implying endorsement. References evaluate contractors across various areas, including Quality, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance, using a five-tier rating system: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory. Each section requires comments to support the given ratings. The form concludes with an overall recommendation for similar contracts and specifies the return details for the Contracting Officer, Zaira Lupidi, at the National Park Service – Denver Service Center, with a deadline of October 7, 2025.
The document provides a form for offerors to disclose general references to the government, crucial for federal RFPs, grants, and state/local RFPs. Offerors must supply contact information for sureties, corporate banks (two entries), insurance companies, subcontractors (three entries), and material suppliers (three entries), including names, addresses, agents, telephone numbers, and types of accounts/policies/specialized work/materials. It emphasizes the importance of candidly disclosing any less-than-satisfactory relationships with references and outlining corrective actions taken or planned. Failure to do so can lead to an unfavorable assessment of the offeror's past performance. This form ensures transparency and allows the government to evaluate an offeror's reliability and past performance thoroughly.
The document outlines a standardized format for submitting resumes of key personnel proposed for government contracts, grants, or RFPs. It requires comprehensive details for each individual, including their name, role, total years of experience, and years with their current company. The form also requests company name and location, educational background (degree and specialization), and other relevant qualifications such as safety or QC training and awards. A significant portion of the resume template is dedicated to relevant experience, requiring detailed project information for at least three past projects. For each project, applicants must provide the title, location, start and end dates, a brief description (scope, size, cost), specific duties performed, their specific role, the employer, and a phone number. This structured format ensures that government entities receive consistent and thorough information to evaluate the qualifications and experience of proposed personnel for contractual agreements.
The National Park Service (NPS) – Denver Service Center (DSC) is soliciting proposals for a two-phase, best-value design-build selection process for the GLCA 318876 – Antelope Low Water Access Ramp DB project. The contract, with an anticipated ceiling of $76,996,427, aims to streamline construction, reduce costs, and accelerate project execution. Phase I focuses on evaluating offeror qualifications, past performance, and technical approach, shortlisting up to five firms for Phase II. Phase II requires detailed technical and price proposals, covering design and construction of access roads, parking areas, and boat ramps, with an emphasis on innovation, risk mitigation, key personnel, and schedule. Unsuccessful Phase II offerors meeting submission criteria will receive a $35,000 stipend. Proposals are evaluated based on technical merit (significantly more important) and price, with the government reserving the right to award to other than the lowest price if it offers the best overall value.
The Project Experience Questionnaire (Solicitation: 140P2025R0021) is a critical component for federal government RFPs, requiring offerors to detail their past project experience. It mandates information on referenced projects, including title, location, description, and owner, alongside a list of all contractors involved (prime and subcontractors). For each contractor, the questionnaire asks for their role, trade, original and final prices, and performance periods. Key questions delve into the specifics of work performed by each contractor, how their experience addresses solicitation elements, and reasons for any changes to original pricing or schedules. It also requires descriptions of problems encountered and their resolutions, successful means and methods, and an explanation of how similar issues will be handled in the proposed project. This document ensures a comprehensive evaluation of an offeror's and their team's past performance and capabilities.
The Past Performance Questionnaire (Solicitation No. 140P2025R0021) is a critical document for federal government RFPs, designed to gather comprehensive performance data on offerors for source selection. Offerors complete sections A (Offeror Information) and B (Contract Information for Past Project), then transmit it to a reference. The reference, in turn, completes sections C (Reference Information) and D (Evaluation) before returning it to the Contracting Officer. Section D provides a detailed evaluation framework, rating contractors on Quality, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance, with definitions for each rating (Exceptional to Unsatisfactory). The questionnaire concludes with an overall recommendation and comments. All information is deemed Source Selection Sensitive and cannot be used for advertising. The deadline for return is December 8, 2025, at 1:00 pm EST, to Zaira Lupidi, Contracting Officer, National Park Service – Denver Service Center.
RFP 140P2025R0021 Amendment 0003 addresses several critical questions and requests for clarification regarding a federal government solicitation. Key updates include confirming that the project is a full and open competition with no set-aside, extending the proposal due date to December 8, 2025, and clarifying that the solicitation is for Phase I Volume I (Technical Proposal) and Volume II (Business Proposal). No pricing data is required for Phase I proposals. Past Performance Questionnaires (PPQs) and Project Experience Questionnaires (PEQs) do not count against the 40-page limit for Volume I and will be provided as Word documents. The amendment also clarifies that offerors must include a copy of PPQs in their proposal, while also ensuring direct submission to the contracting officer for objectivity. Finally, the period of performance will be updated to 1,168 calendar days, encompassing design, construction, and anticipated weather delays.
Amendment 0001 to solicitation 140P2025R0021 modifies the original document by replacing Attachment 02 Hite Plans with Attachment 02 Antelope Plans. It also removes Attachments 03 Hite H&H Tech Memo and 04 Hite Geologic Memo, as they are irrelevant to the project. A key change is the extension of the Phase 1 proposal due date from October 27, 2025, to November 17, 2025. All other terms and conditions of the solicitation remain unchanged. The period of performance for this project is from March 17, 2026, to August 19, 2027. This amendment ensures that the solicitation documents are accurate and provides offerors with additional time to submit their proposals.
Amendment 0002 to solicitation 140P2025R0021 modifies the original document by changing sections L and M, extending the Phase 1 proposal due date from November 17, 2025, to December 1, 2025. All other terms and conditions of the solicitation remain unchanged. The period of performance for the resulting contract will be from March 17, 2026, to August 19, 2027. This amendment, issued by the NPS, DSC Contracting Services Div in Denver, CO, requires offerors to acknowledge its receipt by completing and returning copies of the amendment, acknowledging it on submitted offers, or through separate communication, ensuring receipt by the specified deadline.
Amendment 0003 to Solicitation No. 140P2025R0021 addresses several key modifications. Its primary purpose is to provide answers to submitted questions via a Q&A attachment and to extend the Phase 1 proposal due date from December 1, 2025, to December 8, 2025. All other terms and conditions of the solicitation remain unchanged. This amendment emphasizes the importance of acknowledging receipt by offerors prior to the revised deadline through various methods, including completing and returning copies of the amendment, acknowledging receipt on the offer, or through separate written or electronic communication. Failure to acknowledge receipt may result in the rejection of an offer. The amendment was issued by NPS, DSC Contracting Services Div in Denver, CO, with an effective date of September 25, 2025.
The National Park Service (NPS) is issuing Solicitation No. 140P2025R0021 for the GLCA 318876 Low Water Access Ramp at Antelope Point, Arizona. This full and open solicitation, with an estimated price range exceeding $10,000,000, seeks proposals for the reconstruction and extension of the Antelope Point Launch Ramp and improvements to associated parking due to low water levels. The contract requires performance to begin within 10 calendar days of notice to proceed and completion within 1,095 calendar days. Offerors must submit a Firm-Fixed-Price (FFP) offer, and adherence to various FAR and DOIAR clauses is mandatory, covering aspects like inspection, liquidated damages ($2,511.43 per day of delay), work schedules, key personnel, and electronic invoicing through the IPP system.