F--OCEAN BEACH SAND MANAGEMENT
ID: 140P8525Q0020Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Remediation Services (562910)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

Set Aside

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

    The National Park Service, under the Department of the Interior, is seeking bids from small businesses for a sand management project at Ocean Beach, located within the Golden Gate National Recreation Area in San Francisco, California. The project aims to manage built-up sand along the O'Shaughnessy seawall to maintain public access and protect surrounding areas from excess sand accumulation, utilizing heavy equipment for sand movement. This initiative is crucial for environmental management and public safety, with a contract performance period scheduled from June 2, 2025, to September 2, 2025. Interested contractors must submit their proposals electronically by May 27, 2025, and can direct inquiries to Juan Roman at juan_roman@nps.gov or by phone at 617-939-1144.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement for the 2025 Sand Management project at Ocean Beach, managed by the National Park Service. The non-personal services contract involves managing built-up sand along the O’Shaughnessy seawall to maintain public access and protect surrounding areas from excess sand accumulation. The contractor must commence work within 10 days of award, completing tasks over 90 days during daylight hours only. Key objectives include moving sand using heavy equipment, ensuring visitor safety with adequate barriers, and adhering to environmental regulations and specific operational guidelines. The contractor is responsible for all necessary equipment, personnel, safety measures, and maintaining a tidy worksite. Quality control measures are mandated, along with regular inspections by a designated Contracting Officer’s Representative. The file also outlines specific work requirements, compliance documentation, and contractor qualifications needed to uphold safety and operational standards. This summary captures the essence of the contract aimed at maintaining beach accessibility while ensuring safety and environmental integrity in a federal RFP context.
    The document outlines a Request for Proposals (RFP) regarding construction and restoration work at the Golden Gate National Recreation Area, focusing specifically on the O’Shaugnessy Seawall at Ocean Beach in San Francisco, CA. It includes detailed specifications for three bidding options: the Base Bid, Bid Option 1, and Bid Option 2. The Base Bid encompasses a 450-foot area from SW 15 to 23 with a slope of 30:1, while Bid Option 1 covers 300 feet from SW 23 to 28, and Bid Option 2 extends to 450 feet within the same region. All options emphasize the need for a flat seawall maintenance program designed for long-term coastal stability. Additionally, the document includes historic photographs and past project images related to Ocean Beach sand management. The RFP aims to find qualified contractors for seawall restoration and maintenance, demonstrating a commitment to preserving coastal infrastructure within a beloved national recreation area.
    The document primarily concerns federal and state/local Requests for Proposals (RFPs) and grants, addressing various governmental funding opportunities available for public and private entities. Key ideas include the structured approach to securing funding through detailed project proposals that meet specified criteria. This involves demonstrating capability, compliance with regulatory standards, and addressing community needs. It emphasizes the importance of meticulous project planning, collaboration between government agencies and applicants, and the alignment of proposals with governmental objectives such as public safety and infrastructure improvement. The structure suggests that applicants must articulate their projects clearly, outline goals, and deliver measurable outcomes to increase chances of receiving funding. Moreover, adherence to local regulations, environmental standards, and community engagement are critical factors that strengthen proposals. The document serves as a guide for potential applicants navigating the complexities of government funding processes, stressing the need for ongoing communication with funding agencies throughout proposal development and implementation.
    The document is an "Experience and Past Performance Form" specifically designed for entities responding to Request for Quotes (RFQ) under federal and state contracts. Its primary purpose is to collect and assess the past performance and relevant experience of bidders in relation to the requirements of a particular project denoted as RFQ No. 140P8525Q0020. It is structured into three main parts: 1. **Financial Data**: Includes current assets, liabilities, and net worth details as of a specified date. 2. **Existing Commitments**: Requires bidders to list ongoing contracts, including contract numbers, amounts, agency details, contact persons, and a description of work. 3. **Past Performance & Relevant Experience**: Requests information on previously completed contracts that align with the project scope, including specific areas of expertise and the largest contract over the past three years. Bidders must provide this detailed information to demonstrate their capability and relevant experience, or they must explicitly state any lack of experience to receive a neutral evaluation. This form is a crucial element of the bidding process, ensuring that only qualified candidates are considered for project execution based on their historical performance.
    The solicitation 140P8525Q0020 addresses the Sand Management project at Ocean Beach, specified by the National Park Service (NPS). Importantly, there are no bond requirements for bidders. While NPS does not mandate the use of natural oils for equipment, a spill containment plan is essential, in line with the Performance Work Statement (PWS) guidelines. Additionally, the NPS will not provide any Government Furnished Equipment as part of this project. The base bid involves sand management through stairwells 15 to 22, pushing sand out to 450 feet. There are two optional items for the project concerning stairwells 23 to 28, with options to push sand out to either 300 or 450 feet. This document delineates the project's framework and requirements, guiding contractors in their submissions for a vital environmental management task at the beach.
    The document is an amendment to federal solicitation 140P8525Q0020, issued by the National Park Service. Its primary purpose is to inform potential contractors about several important changes. Key modifications include the update of the North American Industry Classification System (NAICS) code to specify Environmental Remediation Services and the inclusion of additional attachment documents related to question responses and site visit sign-in sheets. Furthermore, the due date for quote submissions has been extended to May 27, 2025, by 4:00 PM Pacific Daylight Time, with all quotes to be sent to juan_roman@nps.gov. The period of performance for the contract is set from June 2, 2025, to September 2, 2025. Overall, this amendment updates relevant contractual details and ensures that all bidders are informed accordingly, promoting a fair bidding process within the framework of federal RFPs.
    The solicitation (RFQ) 140P8525Q0020, issued by the National Park Service, seeks bids from small businesses for a sand management project at Ocean Beach, San Francisco. The project involves using heavy equipment for sand movement away from the O'Shaughnessy seawall and is regulated under FAR guidelines. It includes a firm fixed price contract with a primary deliverable due by September 2, 2025, with the performance period from June 2, 2025, to September 2, 2025. The evaluation of bids will focus on price, relevant experience, past performance on similar projects within the last three years, and possession of a current California Contractor State License. The proposal must include a checklist, acknowledgment of solicitation terms, experience details, and a completed price schedule for the base and option line items. This RFP is specifically set aside for small businesses, adhering to a $25 million size standard set by the North American Industry Classification System (NAICS) code 562910. Managers must submit offers electronically, ensuring compliance with specific FAR clauses, while payment requests must utilize the U.S. Department of the Treasury's Invoice Processing Platform (IPP). The document outlines clear contractual obligations and expectations, reflecting the government's commitment to federal contracting best practices while promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    FY26 San Francisco District Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis/Request for Information (RFI) to identify potential sources for maintenance dredging services in various locations, including the San Joaquin River, Sacramento River, Oakland Harbor, and Richmond Harbor. The procurement aims to gather market research data to support future Invitation For Bids (IFB) contracts for dredging projects, with a focus on identifying qualified small businesses, including those that are HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, Certified 8(a), and Women-Owned. Interested parties are encouraged to submit their capabilities, experience, and relevant project examples by December 14, 2025, to the designated contacts, Logan Champlin and Mary Fronck, via email. The anticipated solicitation issuance dates for these projects are expected to range from April to July 2026, with a small business size standard set at $37 million under NAICS code 237990.
    Y--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    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.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    NPS Beach Channel Drive Bulkhead
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    Dana Point West Breakwater Repair Project
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Dana Point West Breakwater Repair Project in California. The project involves the complete repair of the west breakwater at Dana Point Harbor, which includes replacing displaced armor stone, resetting existing stone, and dredging approximately 45,000 cubic yards of sediment for access, with the dredged material to be used for nearshore nourishment at Doheny State Beach. This construction project is significant for maintaining coastal infrastructure and ensuring environmental protection, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the tentative issue date for the Invitation for Bid is December 16, 2025, with a bid opening scheduled for January 19, 2026; inquiries can be directed to Ashley Powell or Patricia B Bonilla via their provided emails.
    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.