REPLACE INTERIOR COMPONENTS OF MAHE VC
ID: 140P8624R0021Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting bids for the replacement of interior components at the Marin Headlands Visitor Center within the Golden Gate National Recreation Area. The project encompasses a variety of tasks, including hazardous material testing and abatement, demolition of existing structures, and installation of new roofing systems, with the goal of enhancing both the structural integrity and visitor experience of the facility. This initiative is crucial for maintaining safety and compliance with federal standards while preserving the historical significance of the site. Interested contractors must submit their proposals by August 30, 2024, with the contract performance period scheduled from September 9, 2024, to January 7, 2025. For further inquiries, potential bidders can contact Liset Gomez at Liset_Gomez@nps.gov or by phone at 415-265-5650.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details wage determinations for construction projects in California, referencing the General Decision Number CA20240018. It includes regulations applicable to various construction types, including building, heavy construction, and highway projects across multiple counties. Notably, it outlines wage requirements under the Davis-Bacon Act and associated Executive Orders, mandating minimum hourly rates for covered workers—$17.20 for contracts awarded or renewed after January 30, 2022, and $12.90 for those awarded between January 1, 2015, and January 29, 2022. Wage rates and fringe benefits for various labor categories, including asbestos removal, carpentry, electrical work, and equipment operation, vary by geographical area. Each area has specific wage guidelines, reflecting different pay scales depending on the location within California. Additional details include premium pay for specific work locations like military bases and regulations for work involving hazardous materials. This document serves as a compliance resource for contractors and workers involved in federally funded construction projects, ensuring fair labor practices and adherence to state and federal wage laws while contributing to the oversight of public contracts.
    This document outlines the provisions for a Performance Bond to be executed with federal contracts. It specifies that the bond obligation becomes void if the Principal fully complies with all contract terms, conditions, and any authorized modifications without the need for notification to Sureties. The document includes instructions for identifying the Principal and Surety or Sureties involved, including their legal business names and addresses. It also details the conditions under which the Principal must pay the government taxes imposed during the contract period. The bond's penal sum, which represents the financial guarantee offered by the Principal and Surety, must be clearly stated. Additionally, there are requirements for corporate sureties to be listed on the Department of the Treasury's approved list, and for any individual sureties to submit supporting documentation. The document underscores the importance of correct execution and conditions for overall valid performance bonds, pivotal in federal procurement processes. Overall, the Performance Bond serves as a security measure for the government to ensure compliance and financial accountability by contractors in various federal projects.
    The document outlines a series of construction and design specifications for renovations at the Golden Gate National Recreation Area, specifically the Marin Headlands Visitor Center. It includes details from Zucker & Associates, focusing on architectural and interior design plans related to various spaces within the visitor center. The key aspects involve removing and reconstructing walls, installing new doors and windows, and updating mechanical systems such as the furnace and electric water heater. Throughout the project, the specifications ensure compatibility with existing structures regarding finish materials, including paint, carpets, and laminated surfaces, emphasizing quality and design integrity. Additionally, certain hardware and electrical installations are detailed, ensuring compliance with safety and aesthetic standards. The document serves as part of a federal Request for Proposals (RFP) or grant application, illustrating the technical requirements needed for contractors to bid on the renovation work. Overall, it reflects the government's initiative to enhance visitor facilities while preserving historical design elements and adhering to environmental considerations.
    The National Park Service (NPS) has issued a solicitation for contract bids under solicitation number 140P8624R0021 for the project focused on replacing the interior components of the Marin Headlands Visitor Center at the Golden Gate National Recreation Area. The project includes a range of tasks such as hazardous material testing and abatement, demolition of existing roofs, installation of new roofing systems, repair or replacement of damaged structures including wood stairs and ramps, and finishing work on floors. Bidders are required to outline pricing for various contract line items, ensuring that total costs are detailed for both material and labor, along with equipment and markups. It emphasizes accuracy in pricing and stipulates that errors in calculations should follow specific guidelines. The successful completion of this project aims to improve the structural and aesthetic integrity of the visitor center, thereby enhancing visitor experience while ensuring safety and compliance with federal standards.
    This government document serves as a form for quoters responding to Request for Proposals (RFPs) under Solicitation No. 140P8624R007. Its primary purpose is to collect general references from bidders, which may include banking information, subcontractor details, and material suppliers. The form requires quoters to provide their corporate bank's name, address, agent contact, and account types optionally. Additionally, it prompts the listing of subcontractors by name, address, contact person, phone number, area of specialized work, and licensing details. Material suppliers' information follows a similar format, requesting their name, address, contact information, and types of materials supplied. This structure emphasizes comprehensive documentation of key business relationships essential for the bid process, ensuring the government can thoroughly assess the qualifications of potential contractors and their networks. Overall, the document underlines the importance of adequate and precise reference information, which is vital in the government contracting framework.
    The Technical Information Form (Attachment 7) for RFQ No. 140P8624R0007 outlines the requirements for contractors bidding to replace meter bases and panels at Capehart, located within the Golden Gate National Recreation Area, San Francisco, CA. Contractors must provide their business information, including name, address, and Unique Entity Identifier (UEI), and specify whether they will self-perform the work or utilize subcontractors. They are required to list proposed subcontractors alongside the trades they will manage and describe their planned self-performed work. Additionally, bidders must detail relevant experience by providing information on previous projects, including titles, contract numbers, agency owners, financial amounts, performance periods, and descriptions of how each project relates to the current work being solicited. Each project should also include a past performance reference for verification. This document ensures transparency and accountability in the bidding process, emphasizing the importance of experience and previous performance in evaluating submissions for federal projects. The structure aids in organizing essential contractor information, relevant experience, and performance history to facilitate selection.
    The document outlines a government contract reporting template related to small business set-aside projects involving construction by special trade contractors. It establishes a framework for reporting amounts paid to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS) during various task orders. The report includes a limitation on subcontracting percentage calculation, requiring a detailed comparison of payments to the prime contractor versus subcontractors. Key components include contract identifiers, total amounts paid, and highlights of subcontracting restrictions for compliance during performance periods. The absence of amounts paid in the placeholders indicates that either no payments have occurred or data was not finalized at the time of reporting. This summary serves as a tool for maintaining transparency in federal and state contract expenditures while ensuring that small business participation and subcontractor limits are monitored in adherence to regulations. Overall, the document reflects a commitment to accountability in public procurement processes.
    The document is a Past Performance Questionnaire associated with a federal Request for Proposals (RFP). It serves as a tool for assessing a contractor’s past performance through feedback from references. Offerors must complete sections providing their information and project specifics, while references are tasked with evaluating the contractor across various performance areas including quality, schedule adherence, cost control, management, small business subcontracting, and regulatory compliance. The evaluation criteria allow for five ratings ranging from "Exceptional" to "Unsatisfactory," with specific performance metrics requiring comments to support ratings, particularly for extreme evaluations. The completed questionnaire is submitted to the Contracting Officer, emphasizing the confidential nature of the information and prohibiting the use of the questionnaire for promotional purposes by the contractor. The submission deadline is set for a specific time stated in the document. This structured approach within the federal procurement process underlines the emphasis on accountability and quality assurance when selecting contractors for government projects, ensuring thorough assessment criteria are in place to gauge past performance accurately.
    This document is a "Release of Claims" form issued by the United States Department of the Interior, which serves to formally release the federal government from any further claims or financial obligations upon the completion of a contract. It requires the contractor to submit this release prior to receiving final payment, which is specified within the contract terms. The document outlines that the contractor, upon receiving the final payment, discharges the government from various potential claims related to the contract, thereby ensuring that all debts and liabilities are settled. The structure includes sections for details such as the contract number, payment amount, contractor's signature, and corporate certification if applicable. This legal release serves a critical role in government procurements, as it protects the federal entity from future claims and facilitates the conclusion of contractual obligations, ensuring clarity and closure in financial transactions. Overall, the intent is to provide legal assurance that the contractor cannot assert further demands connected to the agreement once the final payment is issued.
    The document pertains to the Standard Form 25A, a payment bond used in federal contracting to ensure that parties supplying labor and materials are compensated. It requires the principal's legal name and business address, the contract details including its number and date, and the penal sum, which signifies the liability limit. The form mandates signatures from the principal and any surety companies involved, confirming their obligation to the U.S. government for the specified amount. Key points include the necessity for corporate sureties to be pre-approved by the Department of the Treasury and the requirement of an Affidavit of Individual Surety when applicable. This form serves as a protection mechanism under 40 USC Chapter 31, Subchapter III, Bonds for contractors and subcontractors, ensuring that payments reach those providing necessary services and materials. It also includes instructions on filling out the form accurately and the importance of maintaining compliance with the Paperwork Reduction Act for burden reduction. Overall, the document is critical in federal RFP processes to safeguard rights and enforce obligations related to payment in government contracts.
    The project involves replacing the interior components of the Marin Headlands Visitor Center, part of the Golden Gate National Recreation Area in California. Key tasks include replacing the roof, stairs, and flooring while ensuring compliance with safety regulations regarding hazardous materials like lead paint and asbestos. The contractor is responsible for hazardous material testing, containment, and disposal, adhering to EPA and OSHA standards. The work must be performed between 7 AM and 5 PM on weekdays, and any disruptions to public access require approval. A quality control program will be implemented to maintain standards throughout construction, and all work must align with specified guidelines for material handling and environmental protection. Closeout procedures include removing debris and submitting necessary documentation for project completion. This initiative highlights the government’s commitment to preserving historic structures while ensuring visitor safety and comfort.
    The document is an amendment to solicitation number 140P8624R0021, which pertains to a project to replace interior components of the Marin Headlands Visitor Center. Key points include the rescheduling of a site visit from August 13 to August 20, 2024, at 9:00 am PST, with participants required to RSVP via email to the Contracting Officer Representative, Jennifer Hardin. The document also specifies that offers must acknowledge receipt of this amendment to avoid rejection. The amendment provides a clear outline for modifications to contracts/orders and includes instructions for submitting quotes to the Contract Specialist, Arcoiris Cuetara-Higa, with a performance period set from September 9, 2024, to January 7, 2025. This document is important for vendors preparing offers, emphasizing adherence to submission timeframes and acknowledgment procedures to ensure participation in the upcoming site inspection and contract bidding.
    The document outlines an amendment (number 0002) to solicitation number 140P8624R0021, extending the proposal submission deadline from August 26, 2024, to August 30, 2024. It addresses the availability of specific roofing products—Owens Corning "Supreme AR Series" and GAF Royal Sovereign Series—both of which are no longer produced with the requested specifications. The amendment seeks to clarify that a version of the Owens Corning product with altered wind ratings is acceptable. It provides clear instructions for bidders to acknowledge receipt of the amendment and to submit their proposals electronically to the designated Contract Specialist. The period of performance for the contract is set from September 9, 2024, to January 7, 2025. The document maintains the original terms and conditions in full force except for the specified amendments.
    The document outlines a solicitation for the replacement of interior components of the Marin Headlands Visitor Center Facility, located within the Golden Gate National Recreation Area in San Francisco, CA. It details a Request for Proposal (RFP) issued by the National Park Service (NPS) and includes information regarding bid submission, project timeline, and the scope of work, which primarily involves hazardous material testing, demolition, roofing, and structural repairs. The contractor is required to begin work within 10 calendar days of receiving a notice to proceed and to complete the project within 120 days. Key requirements include obtaining performance and payment bonds, adherence to Davis-Bacon wage rates, and compliance with site-specific safety and health plans. The RFP specifies the need for detailed inspections during construction, establishes contact points for project administration, and mandates that contractors submit invoices electronically via the U.S. Treasury's Invoice Processing Platform. The document also outlines the method for evaluating contractor performance and the implications of discovering archaeological findings during work. This RFP exemplifies the government's structured approach to utilizing federal funds for facilities management while ensuring compliance with environmental and safety regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    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. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    P--Demolition, Removal and Disposal, Point Reyes NS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses for the demolition, removal, and disposal of the Truttman Barn and Serioty Cabin located at Point Reyes National Seashore in Marin County, California. The project requires contractors to provide all necessary supervision, labor, equipment, and supplies to safely dismantle and dispose of the structures, including addressing any hazardous materials such as asbestos and lead paint, while ensuring compliance with environmental regulations. This procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order anticipated to be awarded based on the most advantageous quotation, considering price and other factors. Quotations must be submitted via email by September 16, 2024, and interested parties can direct inquiries to Brenda Lewis at BrendaLewis@nps.gov or by phone at 206-220-4018.
    Z--GOGA 253655 Rehabilitate the Deteriorated China Be
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the China Beach Bath House and Terrace located in San Francisco, California. The project aims to restore the bathhouse to support the Ocean Rescue Program and enhance visitor services, including the construction of new operational facilities and public restrooms, while adhering to the Secretary of the Interior’s Standards for Rehabilitation. This initiative is significant for maintaining historical infrastructure and improving public access to recreational areas, with a total contract value expected to exceed $10 million. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Athena Straniere at athenastraniere@nps.gov.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a project involving the exterior painting and application of fire retardant to roofs at Lassen Volcanic National Park. The scope of work includes painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to approximately 34,000 square feet of shake shingles on 19 historic structures. This initiative is crucial for preserving the park's historical integrity while ensuring compliance with federal safety and environmental standards. Interested small businesses must submit their quotes electronically by 3 PM PDT on September 18, 2024, with an estimated contract value between $100,000 and $250,000. For further inquiries, contact Phaedra Fuller at PhaedraFuller@nps.gov or by phone at 360-565-3009.
    GWMP Bridge Pres
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Bridge and Pavement Preservation Project at the George Washington Memorial Parkway in Virginia. This Sources Sought Notice aims to gather interest and qualifications from both large and small businesses for extensive restoration and maintenance of bridges and roadways, with an estimated construction cost exceeding $10 million and a performance period of approximately 416 calendar days. The project includes tasks such as concrete deck repairs, drainage improvements, asphalt preservation, and traffic control, emphasizing minimal visitor impact during construction. Interested parties must submit their responses, including company information and relevant experience, by September 23, 2024, to Jeremiah Rogers at jeremiahrogers@nps.gov or by phone at 303-969-2633.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of the Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with an estimated construction cost exceeding $10 million and proposals due by October 4, 2024.