Y--GWMP - FM COMPOUND GATE REPAIR
ID: 140PS124Q0021Type: Presolicitation
Overview

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The National Park Service is seeking a contractor to replace or fabricate a cantilevered sliding vehicle gate at the George Washington Memorial Parkway Maintenance Facility in Arlington, Virginia. The project involves dismantling the existing gate, which is approximately 60 feet long and 20 years old, and installing a new gate with modern functionalities, including manual operation, remote controls, and automatic sensors, all while adhering to safety and regulatory standards. This procurement is crucial for maintaining infrastructure and enhancing security at the facility, with an estimated project cost between $100,000 and $250,000 and a performance period of 90 days from contract initiation. Interested small businesses must submit proposals by September 9, 2024, and can direct inquiries to Ruth Pagan at ruth_pagan@nps.gov or call 240-931-8451.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service seeks a contractor for replacing or fabricating a cantilevered sliding vehicle gate at its maintenance facility in Arlington, VA. The existing gate, approximately 60 feet long and 20 years old, has sustained structural damage and has outdated components. The objectives include efficient replacement, installation of durable materials (high-strength steel or aluminum), and compliance with industry standards and safety regulations. The contractor will dismantle the old gate, install a new one with specified functionalities (manual operation, remote controls, automatic sensors), and ensure a feasibility study for any alternative designs. The project must be completed within 90 business days, adhering to specified work hours and quality assurance standards. Safety measures and a detailed maintenance plan for a decade must be provided, along with a one-year warranty on all work. Contractor qualifications require relevant experience along with adherence to environmental compliance and confidentiality protocols. Payment terms are tied to project milestones, and a performance bond may be necessary. This RFP reflects the government's commitment to infrastructure maintenance while ensuring safety, efficiency, and environmental responsibility throughout the project.
    The document is the General Decision Number DC20240002 issued for construction projects in the District of Columbia, specifically related to wage determinations under the Davis-Bacon Act. It details the minimum wage requirements for various construction trades based on contracts awarded either post-January 30, 2022, or during specific time frames regarding their renewal. The wage rates are influenced by Executive Orders 14026 and 13658, mandating minimum pay and annual adjustments. The document specifies a range of occupations involved in building construction, such as electricians, plumbers, and laborers, along with their respective wage rates and fringe benefits. It also addresses the inclusion of paid holidays and sick leave entitlements under Executive Order 13706. Furthermore, it outlines a process for appealing wage determinations and clarifies the types of wage rate identifiers for union and survey classifications. The comprehensive wage determination aims to ensure fair pay standards and worker protection for employees in federally funded construction projects, aligning with legal and regulatory frameworks concerning labor standards.
    The document outlines a proposal for the removal and replacement of a gate, categorized under a federal RFP. It presents a cost estimate with sections for labor, materials, and various payment structures, all currently listed at zero, indicating that no financial commitments or specific quantities have been determined yet. The proposal includes a subtotal for costs, marking clear line items for potential additional charges such as payment bonds and general conditions associated with the project. The focus is on planning and budgeting for the gate project while adhering to required general conditions, though no definitive costs or liabilities are established at this stage. Overall, the document serves as a preliminary framework for further development and assessment of the gate removal and replacement project, integral to the government procurement process.
    The George Washington Memorial Parkway (GWMP) is issuing a Request for Information (RFI) under Solicitation 140PS124Q0021 for a gate replacement project. Stakeholders are invited to submit any questions or requests for additional information regarding this solicitation, with a deadline set for September 4, 2024. The RFI aims to gather insights and responses from potential contractors, emphasizing the importance of clarity and communication before proposals are submitted. This project signifies a vital maintenance and upgrade effort for GWMP facilities, enhancing the overall visitor experience and security measures. Adherence to the established timeline and guidelines is crucial for ensuring the project's success and efficiency.
    The document is a Bid Bond form (Standard Form 24) used in federal, state, and local government contracting, primarily for construction, supplies, or services. It establishes a legal agreement where the Principal (the bidder) and Surety (financial guarantor) commit to fulfilling contractual obligations, providing a financial guarantee against default. The bond is a prerequisite for bids, ensuring that the successful bidder will execute the contract and provide required bonds if their bid is accepted within a specified timeframe. Key components include the identification of the Principal and Surety, the penalty amount, and conditions under which the bond becomes void. There are requirements for authorized signatures and adherence to regulations governing surety companies. The document also details the corporate seals and the necessary steps for individual or corporate sureties, including liability limits and compliance with Treasury requirements. Overall, it serves to protect the government against financial loss due to non-performance by the bidder, reinforcing the integrity and reliability of the procurement process in public contracting.
    The United States Department of the Interior has issued a Request for Quotation (RFQ) for the replacement of a 60-foot cantilevered sliding vehicle gate at the George Washington Memorial Parkway Maintenance Facility in Arlington, VA. This solicitation, numbered 140PS124Q0021, is set aside entirely for small businesses and requires proposals to be submitted by September 9, 2024. The total cost for the project is estimated between $100,000 and $250,000, with an expected performance period of 90 days from contract initiation. Key project requirements include dismantling the existing gate, installing the new gate and necessary components, ensuring compliance with safety and regulatory standards, and providing a minimum one-year warranty. A pre-proposal site visit is scheduled for August 29, 2024, to facilitate potential bidders’ understanding of the project requirements. Contractors must hold valid Virginia licenses for relevant services and provide evidence of experience with similar projects. The document outlines specific safety, quality, and environmental management expectations, emphasizing the contractor’s responsibility for high-quality execution and compliance with all applicable regulations.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    Y--CHOH 320577 Improve Access at Byron Bridge
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a construction project titled "Improve Access at Byron Bridge" located at the Chesapeake & Ohio Canal National Historical Park in Brunswick, Maryland. The project aims to enhance public access by demolishing an existing staircase and constructing a new one, along with other site improvements, while ensuring compliance with federal regulations and environmental standards. This Total Small-Business Set-Aside opportunity has an estimated construction cost between $1,000,000 and $5,000,000, with proposals due by September 30, 2024, and a performance period from October 15, 2024, to May 13, 2025. Interested contractors can contact Kyle Gonynor at kylegonynor@nps.gov for further details.
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    Z--HPTC SELECTIVE REPLACEMENT OF PALISADE WALLS
    Active
    Interior, Department Of The
    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.
    58--NCR-WOTR: REPLACE VIDEO SECURITY SYSTEM
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the video security system at Wolf Trap National Park for the Performing Arts. The project aims to enhance safety and security for visitors, staff, and performers by replacing the outdated analog CCTV system with a modern, reliable surveillance solution that meets national and state code requirements. This procurement is a Total Small Business Set Aside under NAICS code 238210, with a firm fixed-price contract anticipated, and proposals are due by 12:00 PM Eastern Time on September 20, 2024. Interested contractors should contact Franklin Mahan at franklinmahan@nps.gov or call 240-741-3727 for further details.
    Sowell Creek Park Gate Attendant Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking a contractor to provide gate attendant services at Sowell Creek Park, located at Proctor Lake in Dublin, Texas. The procurement involves furnishing all necessary labor, transportation, equipment, materials, and supervision to perform non-personal gate attendant services as outlined in the Performance Work Statement. This service is crucial for managing park access and ensuring a positive visitor experience in support of the USACE Three Rivers Region. Interested parties should contact Khadijah Poon at khadijah.y.freeman2@usace.army.mil or by phone at 817-886-1474 for further details, with the contract expected to include a twelve-month base period and an optional twelve-month extension.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.
    CC-SHEN001-26 Concession Business Opportunity for Lodging, Food and Beverage, Retail, Campgrounds, Horseback Riding, and Other Services in Shenandoah National Park, Luray, VA
    Active
    Interior, Department Of The
    The National Park Service (NPS) is offering a 15-year concession business opportunity for lodging, food and beverage, retail, campgrounds, horseback riding, and other services at Shenandoah National Park in Luray, Virginia. The selected concessioner will operate 285 lodging units across three resorts, manage multiple food outlets and retail sales, and oversee four campgrounds, including additional services such as camp stores and automotive services. This opportunity is significant for enhancing visitor experiences in one of the nation's treasured parks, which spans over 197,000 acres and features the scenic Skyline Drive and portions of the Appalachian Trail. Interested parties must submit a notice of intent by October 18, 2024, and electronic proposals by November 7, 2024, with further details available from Andrew Gertge at nerconcessions@nps.gov or by phone at 267-318-0116.
    Repair Vehicle Access Gate
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of an automatic vehicle access gate at the Fresno Air National Guard Base. The project requires contractors to provide all necessary personnel, equipment, and materials to execute the repairs as outlined in the Performance Work Statement, which includes replacing existing traffic loops and ensuring compatibility with the ADVANTOR access system. This procurement is critical for maintaining security and operational efficiency at the base, with the contract set aside exclusively for small businesses under the SBA guidelines, and a total estimated value of approximately $22 million. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.