F--OLYM - HEART O HILLS LOOP B ABATEMENT and DEMOLITI
ID: 140P8325Q0016Type: Solicitation
AwardedJun 17, 2025
$25.6K$25,561
AwardeeDAJANI LLC 42 CEDAR CT Sterling VA 20164 USA
Award #:140P8325P0021
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

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 proposals for the abatement of hazardous materials and demolition of the Heart O' the Hills B Loop Comfort Station in Olympic National Park, Washington. The project entails the complete removal of asbestos, lead, mold, and other hazardous materials, with all debris to be disposed of at authorized locations outside the park. This initiative is crucial for ensuring environmental safety and compliance with health regulations, reflecting the NPS's commitment to protecting public welfare and park facilities. Interested small businesses must submit their proposals by May 2, 2025, and are encouraged to attend a site visit on April 22, 2025, for further project insights. For inquiries, contact Mickey Chisolm at mickey_chisolm@nps.gov or call 360-565-3025.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is seeking proposals for a contract involving the abatement of hazardous materials and demolition at the Heart O' the Hills B Loop Comfort Station in Olympic National Park, Washington. The project requires the complete removal of asbestos, lead, mold, and other hazardous materials, with proper disposal at authorized locations outside the park. The solicitation is a Total Small Business Set-Aside, meaning only small businesses may submit quotes. Interested contractors must submit their proposals by the specified deadline and are encouraged to attend a site visit prior to submitting their quotes. Key contractual details include that the project is being pursued under FAR Part 12 and Part 13 procedures, with the Government reserving the right to cancel the solicitation at any time. A site-specific safety and health plan is mandatory, and contractors must maintain appropriate liability insurance. Additional requirements include submission of various forms and documentation as outlined in the attached sections of the solicitation. This initiative emphasizes environmental safety and compliance, particularly in handling hazardous materials, thus ensuring the protection of park facilities and the surrounding ecosystem.
    The document outlines the Statement of Work (SOW) for asbestos abatement and demolition of the Heart O' Hills B Loop Comfort Station (Building #753) in Olympic National Park, scheduled for April 1 to May 15, 2025. The primary focus is the complete removal of hazardous materials, including asbestos and lead, from the interior of the building, and structural demolition down to the framing studs. The contractor must coordinate with the National Park Service (NPS) for the removal, disposal, and testing of hazardous materials and provide clearance documentation post-work. Additional requirements outline project logistics, including work hour restrictions and site access regulations to ensure safety and protect natural features. Safety procedures are emphasized, including an Accident Prevention Program, regular safety meetings, and compliance with environmental standards. The contractor is obligated to conduct thorough site cleaning post-demolition and submit necessary submittals for project review. The document serves as part of a federal RFP process, engaging responsible parties in adherence to safety, environmental, and operational compliance while undertaking public health-sensitive demolition work.
    The document provides directions from 600 E Park Ave, Port Angeles, WA to Heart O' The Hills Restroom and Campground Registration pertaining to a specific route, measuring 6.1 miles with an estimated travel time of 12 minutes. It outlines various steps for the journey, noting road closures during winter for safety reasons. The instructions highlight turns and distances while indicating that parts of this route, notably Hurricane Ridge Rd, are not accessible in winter conditions. The overall purpose appears to be offering detailed navigation information for travelers heading to a recreational area in Washington, relevant for planning purposes within state and local contexts for transportation and access to public facilities. This could align with government RFPs or grants that focus on community access and infrastructure planning.
    The document appears to reference the Heart O' The Hills Restroom and Campground Registration, specifically focusing on the loops designated B and D. It provides geographic imagery from leading mapping and technology firms, indicating the area’s layout and features. The mention of “Imagery ©2025” suggests utilization of up-to-date satellite imagery for accurate representation, which is crucial for planning and development purposes. The document likely serves as part of a larger government RFP or grant application concerning recreational facility improvements or maintenance, emphasizing the need for high-quality data in public infrastructure projects. By centralizing information on the campgrounds and restroom facilities, it aids stakeholders and decision-makers in assessing the site for potential upgrades or services within a recreational context.
    Forensic Analytical Consulting Services (FACS) conducted an asbestos and lead coatings survey at the Heart O’ the Hills Campground Comfort Station in Port Angeles, WA, at the request of the National Park Service. The survey, carried out on December 20, 2023, aimed to identify hazardous materials prior to a planned renovation. Results indicated asbestos in brown adhesive on a black vinyl cove base and less than 1% in gray mortar under ceramic tiles. Additionally, lead was detected in several paints, with notable levels in gray paint on exterior walls and white paint on plywood surfaces. The report emphasizes the need for licensed handling of hazardous materials according to regulatory standards and provides recommendations for safe remediation practices. The findings are critical for ensuring safety and compliance during renovation, guiding the management of potential health risks from asbestos and lead exposure.
    The document appears to be a corrupted file that lacks readable content, making it impossible to derive a coherent summary. The garbled text suggests it is a governmental report or proposal related to federal requests for proposals (RFPs) or grants at some level, possibly addressing items or services necessary for state or local government operations. The intended purpose likely involves coordination of project funding, resource allocation, or compliance with specific regulations, considering the context of governmental procedures in managing such proposals or grants. However, without decipherable content, no specific details or key ideas can be extracted or effectively summarized from the document. The integrity of the data appears compromised, rendering it unusable for analysis.
    The document outlines Solicitation #140P8325Q0016 for the Heart O'the Hills Loop B Abatement and Demolition project at Olympic National Park, focusing on the complete removal of hazardous materials, including asbestos and lead. Contractors must submit a detailed price schedule for the work involved, including dependencies on labor, materials, and disposal methods, ensuring all are done in accordance with government standards. The solicitation emphasizes the necessity for small businesses, with a size standard of $25 million. Detailed representations and certifications are required to confirm compliance with various statutory provisions related to contractor eligibility and responsibilities. The document also necessitates a submission of relevant past work experience and general references for evaluating contractor capability. A technical approach information form is included to assess the contractor's understanding of the work's scope and to outline their proposed team structure and project plans, emphasizing experience in similar projects. This ensures that the contractor can effectively manage the complexities of hazardous material abatement while adhering to safety protocols.
    The document outlines a form required for bidders (Quoters) to demonstrate their technical abilities relevant to Federal Government Request for Proposals (RFPs). It emphasizes the importance of showcasing relevant past experience by listing similar projects completed, including details such as contract numbers, project amounts, timelines, and contact references from prior clients. This form is part of the RFQ NO. 140P8325Q0016 and is designed to assess the quality of the service or product offered by the Quoter. The information collected serves as a basis for evaluating bids submitted in response to government solicitations, playing a crucial role in procurement processes that aim to ensure accountability and demonstrate the potential for successful contract execution. The format of the form requires systematic documentation of previous relevant work, substantiated through customer references, which reinforce the Quoter's credibility and competence in fulfilling government contracts.
    The document pertains to a report on limitations regarding subcontracting within the framework of a federal contract, specifically Contract Number 140P8325Q0016. It outlines that this contract is set aside for Total Small Businesses, detailing the performance period and the financial arrangements concerning similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). It incorporates metrics on the total amounts paid, signifying no funds were disbursed to either category of subcontractors during the report's performance duration. The critical metric noted is the limitation on subcontracting percentage, which is essential for ensuring compliance with federal regulations and maintaining a fair distribution of contract work among diverse business entities. The document underscores the importance of these regulations in upholding the integrity of federal contract allocations and potentially guides future contracting strategies for small businesses vying for federal opportunities.
    The document addresses the Heart B-Loop CS Abatement and Demolition project and includes a Q&A session from a site visit meeting held on April 22, 2025. Inquiries pertain to operational procedures during the demolition, specifically focusing on the removal of windows for negative pressure venting, which the National Park Service confirmed is permissible. However, additional questions from contractors remain unanswered in the document. The file reflects standard practices in government RFP processes, where potential contractors can seek clarifications on the project scope and procedures. It highlights the importance of clear communication and adherence to safety protocols during hazardous material abatement and demolition activities, ensuring compliance with government regulations. The document aims to facilitate the bidding process for contractors by providing vital information necessary for them to prepare compliant proposals.
    The document pertains to the Heart B-Loop CS Abatement and Demolition project in Port Angeles, organized by Olympic National Park. It includes a sign-in sheet from a site visit meeting scheduled for April 22, 2025, at 10:30 am PST. The sheet lists attendees, primarily Kurt McGowan from Olympic National Park and Rick Rhoades, a subcontractor from Sterile Co LLC. Their contact information, including email addresses and phone numbers, is provided. This meeting likely serves as part of the project’s planning and kicking-off process, allowing stakeholders to collaborate and discuss details related to the upcoming demolition and abatement work. Effective communication and coordination among team members are crucial for the success of government projects like this one, particularly in addressing any potential hazardous materials present during construction activities. Overall, the document reflects a preliminary step in facilitating stakeholder engagement and ensuring compliance with safety standards during the demolition process.
    The National Park Service (NPS) is issuing a Request for Proposal (RFP) for asbestos abatement and demolition of the interior rooms at the Heart O' the Hills B Loop Comfort Station in Olympic National Park, Washington. This requirement emphasizes the complete removal of hazardous materials, including asbestos and lead, with all debris being disposed of properly at authorized locations. The contract will be awarded under FAR Part 12 commercial service and is set aside for small businesses only. A site visit is scheduled for April 22, 2025, where interested contractors can inspect the worksite. Questions regarding the solicitation must be submitted in writing to the designated contact by May 2, 2025. The document outlines critical procedural aspects for contractors, including acknowledgment of amendments to the solicitation and specifies that no further questions will be addressed post the given date. This RFP reflects NPS's commitment to safety and compliance with environmental regulations through the proper handling of hazardous materials in federal facilities.
    The National Park Service (NPS) is soliciting proposals for the abatement of asbestos and demolition of the interior of the Heart O' the Hills B Loop Comfort Station in Olympic National Park, Washington. This project requires the complete removal of hazardous materials, including asbestos and lead, followed by proper disposal at an authorized location. The solicitation follows federal regulations allowing for a simplified acquisition process and is open only to small businesses, as it is designated a Total Small Business Set-Aside. A site visit is encouraged for prospective bidders on April 22, 2025, at 10:30 a.m. PST, starting at the entrance station. Inquiries regarding the project must be submitted in writing via email by May 2, 2025. The objective of this project reflects NPS's commitment to safety and environmental remediation in its facilities, ensuring compliance with health regulations and protecting public welfare. Responses must align with the terms outlined in the solicitation to be considered for contract award.
    Similar Opportunities
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    AMENDED Notice of Solicitation for Concession Opportunity for Traditional Bathhouse Services and Massage Therapy Services within Hot Springs National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to provide traditional bathhouse services and massage therapy services at Hot Springs National Park in Arkansas. Interested parties are encouraged to attend a site visit on November 19, 2025, which requires prior registration by November 13, 2025, to gain insights into the concession operations and tour the facility. Proposals must be submitted electronically by February 13, 2026, with a hardcopy of the Offeror’s Transmittal Letter due by February 20, 2026, at the National Park Service office in Omaha, NE. For further inquiries, contact Eric Nikkel at ericnikkel@nps.gov or by phone at 402-661-1772.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.