Y--JOTR GREENHOUSE & FENCING INSTALLATION
ID: 140P8125B0013Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting bids for the installation of a greenhouse and fencing at Joshua Tree National Park. The project aims to enhance the park's native plant production capacity and improve maintenance accessibility, requiring the construction of a 24'x48' greenhouse with specific environmental control features, as well as the installation of utilities and approximately 223 feet of fencing. This initiative is crucial for supporting habitat restoration efforts and fostering partnerships with local agencies. Interested small businesses must submit their bids electronically by August 21, 2025, with the bid opening scheduled for August 22, 2025. For further inquiries, contact Caroline Bachelier at caroline_bachelier@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Statement of Work outlines the requirements for procuring and installing a new greenhouse, related utilities, and fencing at Joshua Tree National Park Headquarters. The project aims to expand the park's native plant production capacity and improve accessibility for maintenance and plant loading. Key requirements include a 24'x48'x10' greenhouse with specific structural, heating, cooling, ventilation, and environmental control features, including an automated irrigation system. The contractor is also responsible for installing electric and gas lines, pouring concrete foundations and a walking path, laying gravel flooring, and erecting approximately 223 feet of chain-link fence with pedestrian and vehicle gates. The project mandates tribal monitoring during trenching and excavation activities, adhering to specific archaeological discovery protocols. Work hours are Monday through Friday, 7:00 AM to 5:00 PM, with project completion required within 300 days of the Notice to Proceed.
    The General Decision Number CA20250026, effective August 1, 2025, outlines prevailing wage rates for construction projects in San Bernardino County, California, covering Building, Heavy (Heavy and Dredging), and Highway construction. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts subject to the Davis-Bacon Act, with annual adjustments. The document provides extensive classifications and wage rates for various trades, including Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Plasterers, Plumbers, Roofers, Sprinkler Fitters, Sheet Metal Workers, and Truck Drivers. It also specifies premium pay for work on military bases and in certain geographic zones within California, emphasizing compliance with federal wage regulations for covered government contracts.
    The JOTR Greenhouse Nursery & Fencing project involves the procurement and installation of a new greenhouse to enhance native plant production at Joshua Tree National Park. The contractor will build a 24’x48’ greenhouse equipped with essential features such as natural ventilation, propane heating, and environmental controls, along with a chain-link fence around the expanded nursery footprint. The new greenhouse is a response to the aging of existing structures and growing operational needs, providing improved accessibility for maintenance and plant handling. Key contractor responsibilities include removing existing vegetation, installing concrete supports and pathways, and establishing electric and gas lines. An environmental control system is also to be integrated for climate management. The project requires the presence of a tribal monitor during ground disturbances to ensure the protection of cultural resources, adhering to specific archaeological monitoring protocols. The anticipated completion period for the work is 300 days from the notice to proceed (NTP), with a defined schedule to minimize disturbances to nearby public areas. This project aligns with federal and state objectives by promoting habitat restoration and supporting partnerships with local agencies through enhanced nursery capabilities.
    The document outlines a project involving the construction of a new greenhouse and nursery area in Twentynine Palms, which includes various structural features. The City of Twentynine Palms will manage the waterline installation indicated by the blue markings. Key visual perspectives from each corner of the new greenhouse are presented, showing the approximate layout and a new orange fence that will align with existing fencing designs. Importantly, a large palo verde tree is to be preserved in the development. The layout will include a gravel floor and walkway that resembles existing greenhouse structures. Each visual representation and line within the document is marked as an approximation, signifying that further planning and adjustments may occur during implementation. This project likely seeks funding through federal or state grants or RFPs, emphasizing its community-focused environmental initiative.
    The document pertains to the requirements set forth by the Federal Acquisition Regulation (FAR) regarding the definitization of equitable adjustments for change orders in construction contracts. Specifically, it highlights the need for agencies to provide clear descriptions of their policies and procedures related to this process. Furthermore, the document emphasizes the importance of offering data on the time required to definitize these adjustments, ensuring transparency and accountability in construction contracts. To access more detailed information, the document directs readers to a specific link on the DOI's acquisition policy page. Overall, this file serves as a guideline to facilitate compliance with federal regulations in the context of construction contracting, influencing how agencies manage changes in project scope and related costs.
    The document outlines a template for reporting on limitations related to subcontracting under federal contracts, including details on similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). It includes fields for critical data such as the contract number, type of set-aside, total contract value, performance period, and the amounts paid to various subcontractors. The template emphasizes compliance with subcontracting limitations, requiring a calculation of the limitation on subcontracting percentage, which assesses the financial interactions between the prime contractor and their subcontractors. As well, it details reporting requirements for task orders. Overall, this document serves as a guide for contractors to ensure adherence to federal regulations regarding subcontracting practices during the contract performance period, aiming to enhance transparency and accountability in government contracts.
    The document is an amendment to a government solicitation, identified as Amendment 0001 for solicitation number 140P8125B0013. The amendment serves to announce site visit attendance, extend the bid due date to August 18, 2025, at 2:00 PM PDT, and to inform bidders that the bid opening will occur on August 19, 2025, via Microsoft Teams at 2:00 PM PDT. To participate in the meeting, a hyperlink and meeting details, including Meeting ID and Passcode, are provided. Additionally, the amendment includes procedural instructions for acknowledging receipt of the amendment and criteria for modifying already submitted offers or bids. It highlights requirements for acknowledgment to ensure bids are considered valid. The period of performance for the contract has been set from September 1, 2025, to July 1, 2026, indicating the timeline for the project's execution. The document reflects standard practices for federal RFP processes by ensuring transparency, facilitating bidder participation, and maintaining adherence to contractual obligations.
    Amendment 0002 to solicitation 140P8125B0013 addresses contractor questions and revises key aspects of the project. The amendment clarifies that the contractor is responsible for providing and coordinating tribal monitoring, including associated costs in their bid, and that there are no liquidated damages. It specifies a concrete walking pad of 40’x4’x4” inside the greenhouse, confirms heating will be via natural gas (not propane) requiring the contractor to tap into an existing gas line, and provides details on utility tie-in locations (gas 30 yards, water 10-15 yards, electrical from SRS building 30-50 yards away). The substitution of a Conley's 7500 Series Gable Greenhouse for the Agra-Tech “Solar Light” model is acceptable. The amendment also revises Attachment 1 (Statement of Work) and Attachment 3 (Wage Determination CA20250026), and extends the bid due date to August 21, 2025, with bid opening on August 22, 2025.
    The document outlines a government solicitation for the JOTR Greenhouse and Fencing Project, designated as Invitation for Bid (IFB) 140P8125B0013. This competitive bidding process is primarily set aside for small businesses, with an estimated project value of $250,000 to $500,000, categorized under the NAICS code 236220. Bids must be submitted electronically, adhering to specified guidelines, with a deadline for submissions and a requirement for a site visit. Key contract details include a performance period from September 1, 2025, to July 1, 2026, and a focus on constructing Government-owned, Government-operated facilities. Additional requirements emphasize compliance with various safety and labor standards, including bond requirements and adherence to the Davis-Bacon Act for wage rates. The project includes construction of greenhouse facilities, electrical installations, and fencing, and mandates all offerors submit bids as complete PDF packages to avoid disqualification. This effort underscores government objectives to engage small businesses in vital infrastructure projects while ensuring regulatory compliance and rigorous standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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--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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    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 a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin 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 operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    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.
    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--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.