Fence Replacement
ID: 140P6425Q0010Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a firm-fixed-price contract to replace a wooden fence with a galvanized railing at the William Howard Taft National Historic Site in Cincinnati, Ohio. The project involves the replacement of 170 feet of fencing, with a focus on preserving the historical integrity of the site while enhancing safety and compliance with federal regulations. This initiative is crucial for maintaining the accessibility and safety of historic sites, ensuring they remain protected for future generations. Interested small businesses must submit their proposals by the specified deadline, with an estimated construction cost between $25,000 and $100,000, and are encouraged to contact Craig Bryant at Craig_Bryant@nps.gov or 440-717-3706 for further details.

    Point(s) of Contact
    Bryant, Craig
    (440) 717-3706
    (907) 443-6139
    Craig_Bryant@nps.gov
    Files
    Title
    Posted
    The document outlines the requirements of the Federal Acquisition Regulation (FAR) 36.211(b), which mandates that federal agencies provide descriptions of their policies and procedures regarding the definitization of equitable adjustments for change orders in construction contracts. Agencies must also report on the time it takes to definitize these adjustments. The information pertaining to these regulations can be accessed through the provided link to the Department of the Interior's acquisition policy page. This summary emphasizes the importance of establishing clear protocols to manage changes in construction contracts, which is crucial for the oversight and accountability of federal construction projects. The focus on equitable adjustments aims to ensure fairness and transparency in the administrative processes surrounding contract modifications.
    The document outlines representations and prohibitions related to the use of covered telecommunications equipment or services by contractors involved in federal government contracts, as stipulated in the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors are required to declare whether they provide or utilize such equipment in contract performance. Section 889 prohibits the procurement or renewal of contracts involving systems that use covered telecommunications as a critical technology. Offerors must review excluded parties in the System for Award Management and disclose specific information about any covered equipment or services offered, including manufacturer details and intended use. The provisions aim to safeguard federal operations from security risks posed by potentially compromised telecommunications systems and ensure transparency in contractor representations related to their technological offerings. Overall, this document serves as a guideline for compliance in federal RFPs, emphasizing responsibility and clear disclosures to prevent risks associated with covered telecommunications.
    The document outlines the pricing schedule for a federal request for proposal (RFP) regarding the replacement of a fence at the William Howard Taft Historic Site in Cincinnati, Ohio. It details various components of the project such as the installation of a new fence, removal and disposal of the existing fence, associated equipment, labor, and materials. The contractor is responsible for verifying quantities and providing a comprehensive fixed price for the project. Additionally, the document includes sections for overhead, bonds, and profit, as well as mobilization and demobilization costs. It emphasizes the thoroughness required in preparation for the project to ensure a complete and successful execution. This RFP reflects the National Park Service’s commitment to maintaining historical sites while engaging contractors through a transparent pricing and bidding process.
    The U.S. Department of the Interior's National Park Service outlines a price schedule for the fence replacement project at the William Howard Taft Historic Site in Cincinnati, OH. This firm fixed-price contract includes a breakdown of costs for mobilization/demobilization, demolition, and installation of the new fence, categorizing expenses into materials, equipment, and labor for both phases. Subtotals including overhead, profit, and bonds are required, though specific prices are not indicated. Contractors are advised to verify all quantities and measurements, ensuring their proposed pricing covers the project's total requirements. The document emphasizes the contractor's responsibility to ensure accurate cost assessments for comprehensive project completion, aligning with federal guidelines for Request for Proposals (RFPs).
    The document outlines the solicitation for a firm-fixed price contract involving the replacement of a wooden fence with a galvanized railing at the William Howard Taft National Historic Site in Cincinnati, Ohio. The project has an estimated construction cost between $25,000 and $100,000 and is set aside for small businesses. A mandatory site visit is scheduled, and proposals must be submitted by a specified deadline. The contractor is required to commence work within 10 days of receiving the notice to proceed and complete the project within 120 days. Key requirements include adherence to Construction Wage Rate Requirements, provision of performance and payment bonds, and compliance with various federal regulations regarding labor, safety, and environmental standards. The solicitation includes clauses regarding inspection and acceptance, as well as stipulations for utility services provided at no cost to the contractor. Furthermore, contractors are instructed on the necessity of electronic invoicing and the obligation to participate in green procurement practices. This document serves to ensure that the project meets government standards and facilitates a competitive bidding process while protecting public interests.
    The William Howard Taft National Historic Site is set to undergo a fence replacement project, replacing 170 feet of wooden railing with durable steel railings to enhance safety. This work, outlined in the Project Specifications document, emphasizes preserving the historical integrity of the site while ensuring efficient construction practices. The project involves the careful removal and replacement of existing railings, with strict adherence to existing post holes to maintain historic value. The contractor is responsible for obtaining necessary permits and ensuring compliance with federal and state regulations, completing the work within 120 days of the Notice to Proceed. Emphasis is placed on protecting existing cultural resources and utilities during work, requiring prompt reporting of any discoveries or damages. Furthermore, the contract stipulates rigorous project management protocols, including safety regulations, waste disposal, and regular progress documentation. This project underscores commitments to both historical preservation and modern safety standards while engaging skilled labor under clear guidelines to minimize public disruption during construction. The initiative aligns with federal goals to maintain and enhance the safety and accessibility of historic sites for future generations.
    The document is a Technical Questionnaire for a bid proposal concerning the replacement of fencing at the William Howard Taft National Historic Site. It is critical for potential contractors to provide detailed responses to ensure that their bid aligns with project specifications, pricing, and quality requirements. The questionnaire includes four primary questions, which ask for a comprehensive approach to completing the project while adhering to specifications, a Project Management Plan focusing on workmanship quality, a description of the company's assets and technical resources suitable for the project, and a list of materials that will be utilized, including any alternative products. Responses to these questions will significantly influence the selection decision for contract awards, emphasizing the need for clear and thorough answers to avoid lower evaluation ratings. This solicitation reflects standard government practices for ensuring transparency and efficiency in procurement processes for federal and local projects.
    The Technical Questionnaire for the Fence Replacement project at the William Howard Taft National Historic Site outlines essential questions for prospective offerors to address as part of their proposals. The document emphasizes the importance of detailed and specific responses, as vague answers may lead to lower evaluations. Key inquiries include how the offeror plans to meet project specifications while managing costs, the development of a project management plan that ensures high-quality workmanship, a description of the company’s resources and technical capabilities, and an explanation of the materials to be used in the project. Offerors must detail any “or equal” products by providing supporting documents. This questionnaire facilitates informed decision-making by selection officials in evaluating bids and reinforces the commitment to maintaining historical site integrity through professional project execution.
    The document outlines the wage determinations for building construction projects in Hamilton County, Ohio, under General Decision Number OH20250082, effective January 3, 2025. It specifies that contractors must adhere to wages set by the Davis-Bacon Act, including minimum wage rates dictated by Executive Orders 14026 and 13658, applicable based on contract dates. Key hourly wages for various construction roles are provided, along with fringe benefits. For contracts entered into or renewed after January 30, 2022, the minimum wage is set at $17.75, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30. The document also emphasizes workers' rights to paid sick leave as stipulated by Executive Order 13706, necessitating employers to provide up to 56 hours of sick leave annually. Additionally, the process for appealing wage determinations is outlined, detailing actions for parties dissatisfied with initial decisions. This summary serves as essential guidance for contractors working on federal funded construction projects regarding wage compliance and worker protections.
    Lifecycle
    Title
    Type
    Fence Replacement
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Z--THRO South Unit Fence Construction Project
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the South Unit Fence Construction Project at Theodore Roosevelt National Park in Medora, North Dakota. The project involves the replacement of approximately 7,600 linear feet of fencing, with an optional additional 2,920 linear feet, utilizing galvanized steel posts and high-strength woven wire mesh suitable for bison livestock. This procurement is designated as a Total Small Business Set-Aside under NAICS Code 238990, with an estimated budget between $500,000 and $1,000,000 and a completion timeframe of 320 calendar days. Interested contractors must register in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI) number, with a formal solicitation expected to be released by February 28, 2025, and bids due approximately 30 days thereafter. For further inquiries, contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510.
    Fencing Replacement at Meadowood SRMA
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotations for a construction project focused on replacing fencing at the Giles Run Trailhead and the Meadowood Connector Trailhead in Virginia. This project is set aside for small businesses under NAICS code 238990, with a firm fixed-price contract estimated between $25,000 and $100,000. The fencing replacement is crucial for maintaining the integrity and safety of these recreational areas, ensuring continued public access and enjoyment. Proposals are due by March 10, 2025, with a mandatory site visit scheduled for February 27, 2025. Interested contractors should contact Oksana Rollins at orollins@blm.gov or call 303-236-1853 for further details.
    Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking interested businesses for a project to repair the earthen roof structure of Fort Tompkins located at Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to address ongoing water infiltration issues affecting the roof and masonry, with an estimated construction budget ranging from $1 million to $5 million. This project is crucial for preserving the structural integrity and historical significance of the site. Interested firms, both large and small, are encouraged to submit their company details, business classification, and capability statements by February 27, 2025, to assist in the market research process. For further inquiries, contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
    Y--FODO 253278 - Rehabilitate the Visitor Center
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. The project aims to complete existing work, repair previously installed elements, and construct a new two-story addition that will include an elevator and an interpretive center, with an estimated construction cost between $1-5 million. This rehabilitation is crucial for enhancing visitor experience while ensuring the park remains accessible during construction, which is expected to take 365 days. Interested businesses must submit their qualifications, bonding capacity, and prior experience by 5 PM EST on March 3, 2025, to John Babcock at johnbabcock@nps.gov, as part of the preliminary market research to inform the NPS's acquisition strategy.
    Sources Sought Notice No. 140P2025R0049
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), has issued a Sources Sought Notice (SSN) for contractors to participate in the preservation of the Federal Hall structure and its exterior envelope located in New York, NY. This project aims to address significant deterioration in the 180-year-old building through extensive masonry repairs, façade cleaning, and restoration of historical features to ensure safety and preserve the landmark's integrity. The anticipated contract value exceeds $10 million, with a projected period of performance of 18 months, and a Request for Proposals (RFP) is expected by mid-2025. Interested contractors must submit their qualifications, including company details and relevant experience, by February 24, 2025, to the primary contact, Marc Nguyen, at marcnguyen@nps.gov or by phone at 720-448-1166.
    REHAB MOREFIELD HOUSE AT ERWIN NFH
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of the Morefield House at the Erwin National Fish Hatchery in Tennessee. The project involves significant renovations, including the removal and replacement of 59 windows and doors to enhance energy efficiency while preserving the historic integrity of the structure, which dates back to 1903. This initiative underscores the federal commitment to heritage preservation and environmental responsibility, requiring contractors to adhere to safety protocols, manage hazardous materials, and comply with federal wage determinations. Interested contractors should contact Khanhthong Moody at KhanhthongMoody@fws.gov or 404-679-4022, with the estimated project cost ranging between $150,000 and $200,000 and a performance period of 455 calendar days upon notice to proceed.
    HAMP 326087 -
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the preservation of historic structures at the Hampton National Historic Site under project number HAMP 326087. The project aims to ensure the maintenance and restoration of significant historical properties, with an estimated contract value ranging between $5,000,000 and $10,000,000. This initiative is crucial for preserving cultural heritage and enhancing visitor experiences at the site. Interested contractors should note that proposals must be submitted in sealed formats, adhering to specific guidelines outlined in the solicitation document, and can contact Linda Melnick at lindamelnick@nps.gov for further information.
    Y--Saint Gaudens National Historical Park - REPAIR FOUNDATION AT BMD MILL
    Buyer not available
    The National Park Service is preparing to issue a Request for Proposal (RFP) for construction work at Saint Gaudens National Historical Park in Cornish, New Hampshire, specifically focused on repairing the foundation of the Blow-Me-Down Mill and conducting additional masonry repairs. This project is significant for preserving the historical integrity of the mill structure, which is vital to the park's heritage. The estimated contract value ranges from $500,000 to $1,000,000, with a firm-fixed price contract type, and it is exclusively set aside for small businesses under NAICS Code 236220. Interested contractors should note that the solicitation is expected to be published around February 3, 2025, and they must contact Contract Specialist Samuel McKenzie at samuelmckenzie@nps.gov for further inquiries.
    Z--KLAMATH RIVER CANYON FENCE RECONSTRUCTION
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management's Oregon State Office, is seeking contractors for the Klamath River Canyon Fence Reconstruction project. This presolicitation opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and involves the repair or alteration of non-building facilities, categorized under NAICS code 238990. The reconstruction of the fence is crucial for maintaining land management and conservation efforts in the area. Interested contractors can reach out to Lorri Schoellkopf at lschoellkopf@blm.gov for further details, although specific funding amounts and deadlines have not been disclosed at this time.
    Z--HPTC SELECTIVE REPLACEMENT OF PALISADE WALLS
    Buyer not available
    Presolicitation notice from the Department of the Interior, National Park Service, Washington Contracting Office, for the selective replacement of severely damaged pickets, king posts, and walers in the palisade walls at Fort Vancouver National Historic Site. The project also includes options for the replacement of South Gate Posts, Gates, additional King Posts, Pickets, South gate panels, gate posts (GPSW1, GPSW2, GPSE1, & GPSE2), and resetting one existing King Post. The service is for the repair and alteration of other non-building facilities.