The provided government file, likely part of an RFP or grant, details water infrastructure modifications for the Organ Pipe Cactus National Monument. The project involves installing 6-inch C900 PVC and 8-inch C900 PVC pipes, along with 2-inch HDPE DR 9 from the well house to a 100K tank. Key tasks include abandoning numerous existing water crossings in place, protecting existing electrical, communication, sanitary, and gas crossings, and installing various fittings such as gate valves, bends, tees, and hydrants. Specific installations include a backflow preventer for an RV campsite and a 2-inch fire service connection to the existing system for the Smith and Sonora Buildings. The project also entails replacing campground water services and removing existing hydrants and valves. This comprehensive plan outlines critical upgrades and protective measures for the monument's water and utility systems.
This government file, Section 40 91 19, outlines the requirements for instrumentation, specifically float switches, radar level measuring systems, and submersible level transducers, within the context of federal RFPs. It details the scope of work, including furnishing, installation, start-up, testing, and adjustment of a complete operational process instrumentation and control system. Key responsibilities of the contractor include providing a fully operating system, ensuring compatibility with existing equipment, and selecting instrumentation with proper range values. The document also specifies submittal requirements for technical data, shop drawings, operational and maintenance data, start-up reports, and spare equipment lists. Detailed product specifications are provided for float switches, radar level measuring systems (including specific manufacturers like Emerson Rosemount and VEGAPULS), and submersible level transducers (including manufacturers like Sigma Controls and Endress+Hauser). The execution section covers labeling, calibration, adjusting, testing, installation, start-up procedures, and a 60-day acceptance test to ensure system functionality and reliability.
This government file outlines the detailed requirements for floating-ball flowmeters and associated transmitters, likely for federal, state, or local government projects. It specifies performance criteria such as a measured accuracy within plus or minus 1.5% of rate, a warm-up time not exceeding 10 minutes, and a flow range of 0.75 to 120 gallons/minute. The document details product specifications for primary elements, including AWWA Standard C701 compliance, 304 Stainless Steel bodies, and specific pressure and temperature ratings. Amplifier/transmitter requirements include digital encoder output, integral mounting, automatic dual range switching, bi-directional flow indication, and simultaneous digital display of flow rate and totalization. Outputs must include isolated 4-20 mA and open collector scaleable pulse output. Installation guidelines emphasize proper location, upward flow in vertical pipes, and separate conduits for signal and power wiring. Calibration procedures involve factory calibration with a submitted report and field verification using pitot testing. A schedule provides specific flowmeter tags, descriptions, sizes, ranges, transmitter types, and accuracy settings.
The document outlines the requirements for a complete Automatic Meter Reading (AMR) system, including water meters, a drive-by radio frequency reading system, and integration with water utility billing software. The project involves installing 25 water meters, a handheld meter reading system, and providing comprehensive training for National Park Service staff. Key requirements include a one-year warranty, a minimum of three comparable references, and an Arizona-licensed Master Plumber on staff. All equipment must be supplied by a single manufacturer/supplier team, conform to AWWA C750, and be NSF/ANSI 61 compliant. Meters must be electromagnetic or ultrasonic type, with specific accuracy standards. The AMR system will use a non-licensed FCC radio frequency band, be battery-powered with a 20-year warranty, and capable of reading, processing, and maintaining meter data. Installation procedures detail coordination with the National Park Service, testing, and documentation, including digital photographs and serial numbers. Two days of on-site training will cover installation, data collection, and software integration.
This document, ORPI 240841, details questions and responses related to a government Request for Proposal (RFP) concerning infrastructure upgrades. Key topics include clarification on the removal of gate valves (none required at the RV dump station), verification of conical surfaces for tanks (roof only), electrical connection methods (pull boxes required at each site), and fiber optic specifications (single-mode fiber for bidding purposes, with multi-mode as a value engineering option). The document also addresses excavation assumptions (normal, except for a rocky access road), park voltage (230V), and funding for Contract Line Items (CLINs) 3 and 4 (intended to be awarded together). Further clarifications include existing electrical components for the 50K gallon tank (60A breaker for kiosk/ranger station, 100A for campground), tank warranty details (STS offering a two-year warranty), and permissible work hours/noise mitigation for well drilling. Drilling methods and tank roof types (self-supporting dome options are acceptable if AWWA D100 compliant), insulation/heating systems (follow plans/specifications), water meter procurement (contractor responsibility), and sand separator specifications (contractor to provide equivalent models) are also covered. The overall purpose is to clarify technical and logistical aspects for contractors bidding on the project.
This document addresses questions and clarifications regarding RFP 140P2025R0080 / ORPI 240841, focusing on electrical, mechanical, and instrumentation specifications. Key clarifications include conductor sizing matching existing buried conductors, confirmation of turbine-type flow meters (e.g., Sensus OMNI Turbo Water Meter) compatible with AWWA C701, and revised specifications for clarity. The RFP also clarifies the contractor's responsibility for providing a new 60A panel and meter for the 100K gallon tank, with power sourced from the nearest pole-mounted transformer. Additionally, a new specification (40 91 19 INSTRUMENTATION) is attached to provide product data for instrumentation components like level transducers and transmitters.
The National Park Service (NPS) is preparing to issue a Request for Proposal (RFP) to replace the primary water system at Organ Pipe Cactus National Monument, Ajo, AZ, as noted in the Pre-Solicitation Notice dated June 5, 2025. The project involves upgrading the domestic and fire protection water distribution system to address deficiencies and enhance services for the campground, visitor center, maintenance buildings, and housing units. Key elements include constructing new water distribution lines and replacing a failing water supply well and storage tanks.
The scope falls under the NAICS code 237110 for water and sewer line construction, and the total project cost is projected to exceed $10 million, with a timeline of 577 days post-Notice to Proceed. Bidders must register on the SAM.gov website and are encouraged to participate in a Pre-Proposal Conference after the formal RFP release. Proposals will be evaluated on experience, technical approach, management strategy, and past performance, adhering to FAR guidelines ensuring best value to the government. This RFP invites contractors to improve essential infrastructure for national park services, underscoring the government's commitment to maintaining and upgrading public facilities.
The National Park Service (NPS) – Denver Service Center (DSC) is soliciting proposals for the replacement of the primary water system for the Maintenance & Housing Area at Organ Pipe Cactus National Monument (Solicitation No. 140P2025R0080). The project, ORPI 240821, aims to replace deteriorating asbestos-cement pipes and aging water storage tanks that frequently fail. The scope includes a 100,000-gallon potable water tank, new water distribution systems for residential and maintenance areas, well house piping and control panel replacements, and SCADA system integration. Optional work includes a new well and well house, a 50,000-gallon tank, campground water distribution system replacement, and campground electrical conduit installation. The contract is a Firm-Fixed-Price (FFP) with a completion time of 390 calendar days and includes liquidated damages of $1,579 per day for delays. Special requirements cover invoice processing, prohibition of ATVs, and identification of key personnel. The solicitation outlines detailed clauses for inspection, performance, contract administration, and adherence to various federal acquisition regulations.
This government file, RFP 140P2025R0080 / ORPI 240841, addresses critical questions and provides clarifications for offerors regarding a federal solicitation. Key instructions include submitting one electronic copy of each volume via email as per Section L, and offerors may use either Section B or Attachment 5D for pricing. Certified cost and price data are not required; a Schedule of Values is sufficient. Key personnel resumes can be submitted in various formats, not exclusively Attachment 4C, and should cover positions identified in Section H (Project Manager, Superintendent, On-site Quality Control Specialist, On-site Safety Specialist). The Quality Control Supervisor and Safety Manager roles can be combined. A Not-to-Proceed (NTP) date of March 1, 2026, should be assumed for scheduling. CPARs and previously completed Past Performance Questionnaires are acceptable. No hard copies of proposals are required, and Volume I should be referred to as the "Technical Proposal." Small businesses submit a Small Business Participation Plan, while large businesses submit a Subcontracting Plan. FY24 subcontracting goals remain current, and Attachment 5E is a post-award requirement for invoicing, not for proposal submission.
The document appears to be a template or a section from a Request for Proposal (RFP) or similar government procurement document, likely used for collecting and organizing questions and responses from potential bidders or grantees. Its structured format, featuring columns for "Question No.," "Question," "Response," "Sheet or Reference," and "Amendment Answered," indicates its purpose in managing inquiries during a bidding or grant application process. The presence of an "ORPI" number (ORPI 240841) and a "140P2025R0080" identifier suggests a specific federal government RFP or grant. This structure facilitates transparency and clarity by documenting all questions and official answers, ensuring all parties have access to the same information, and aiding in the fair evaluation of proposals. It is a critical component for maintaining an organized and accountable procurement process within the federal government.
The Organ Pipe Cactus National Monument in Ajo, AZ, is undertaking a project (PMIS 240821) to rehabilitate its primary park water systems. This comprehensive effort involves the installation of approximately 31,450 linear feet of various PVC and HDPE pipes, new service connections, a water supply well with a submersible pump and controls, photovoltaic power supply equipment, electrical wiring, and two new welded stainless steel water storage tanks (50k and 100k gallons). The project also includes excavation, asphalt work, demolition of existing utilities, and general earthwork. The scope is divided into three contract line items: one for the 100k and 50k gallon tanks and associated water distribution for residential and maintenance areas, another for the Twin Peaks Campground water distribution, and a third for the campground's electrical conduit system. The project emphasizes strict adherence to safety, environmental protection, and coordination protocols, with detailed requirements for construction schedules, submittals, and site-use restrictions. All work will be managed via an NPS/DSC SharePoint website for communication and document control, and contractors must obtain necessary permits while coordinating with government agencies to minimize public inconvenience, especially during peak visitor season.
This government file outlines specifications for selective demolition, concrete work, and coating systems for water storage tanks, likely part of an RFP for federal, state, or local projects. It details procedures for removing and disposing of site elements, handling hazardous materials like asbestos cement pipes, and maintaining utility services without disrupting adjacent occupied buildings. The document also specifies requirements for concrete forming, reinforcement, and placement, emphasizing quality control and adherence to industry standards. Furthermore, it covers the coating application for 50,000- and 100,000-gallon welded steel water tanks, including surface preparation, containment, and environmental controls, ensuring compliance with health and safety regulations.
The document details a multi-phase water system replacement project at Organ Pipe Cactus National Monument, focusing on minimizing disruption to users. The project is divided into several CLINs (Contract Line Items), each outlining specific construction sequences and components. Key phases include replacing the 100K gallon water tank and the residential area distribution system (CLIN #1), which requires maintaining service to residences and the visitors center via the 50K tank. This phase also includes well house internal piping replacement. CLIN #2 involves drilling a new well, which can proceed independently. CLIN #3 covers the replacement of the 50K gallon tank and its distribution line, necessitating the closure of the campground area. CLIN #4 focuses on replacing the Twin Peaks Campground water distribution system, to be done concurrently with the 50K tank replacement if funded. CLIN #5, contingent on CLIN #4, involves installing electric conduit in the campground. The document also includes extensive alignment tabulations for the new water pipe installations, specifying point IDs, stations, coordinates, and pipe characteristics, along with detailed diagrams of proposed and existing infrastructure like wells, tanks, and water lines.
The document, part of federal government RFPs, outlines detailed specifications for water system infrastructure at Organ Pipe Cactus National Monument, designed by AJC Architects and SEH. Key components include tracer wire installation for pipes with specific termination and splicing instructions, backflow prevention assemblies with concrete pads and secure enclosures, and a non-potable water tanker fill station with an overhead clearance of 14 feet. Backflow assemblies require third-party certification approved by the Arizona Department of Environmental Quality. The plans include detailed schematics for various components such as pressure-treated wood, copper wiring, PVC piping, brass ball valves, cast iron spools, and concrete thrust blocks. Specific dimensions and materials are provided for different elements like backflow enclosures, concrete pads, and bollards. The document also includes site plans for water tanks, detailing elevations and removal areas. Overall, the project focuses on robust and compliant water infrastructure for the monument.
Solicitation #140P2024R0150, issued by the National Park Service Denver Service Center, is a Request for Proposal (RFP) for replacing the primary waterline for the maintenance and housing area at Organ Pipe Cactus National Monument. This RFP, designated as VOLUME I - TECHNICAL (ORPI 240821), requires prospective contractors to submit a proposal package. The technical volume specifically mandates the inclusion of a Project Experience Questionnaire, Key Personnel Qualifications, and a Past Performance Questionnaire, provided these are required by Sections L or M of the solicitation. The project aims to upgrade essential infrastructure at the monument.
The Project Experience Questionnaire (Solicitation: 140P2025R0080) is designed for offerors to detail their past project experience relevant to a proposed government contract. It requires information on referenced projects including titles, locations, descriptions, project owners, and agencies. Offerors must list all contractors involved, their roles (prime or subcontractor), trades, prices, and performance periods. The questionnaire includes seven key questions covering project work performed, alignment with solicitation elements, reasons for price and schedule changes, encountered problems and resolutions, successful methods, and any additional relevant information. This document is crucial for evaluating a contractor's qualifications and ability to manage similar projects, ensuring transparency and accountability in government procurement processes.
The document "ATTACHMENT 1" is a template for collecting resumes of key personnel proposed for government contracts, typically within federal, state, or local Request for Proposals (RFPs) or grant applications. Its main purpose is to standardize the presentation of individual qualifications to allow for direct comparison and evaluation by the contracting agency. The template requires detailed information for each key person, including their name, role in the contract, total years of experience, and years with their current company. It also requests company name and location, educational background, and other relevant qualifications such as safety certifications or awards. A significant portion of the document is dedicated to outlining relevant experience, requiring specific details for up to three projects per individual. For each project, the template asks for the title and location, start and end dates, a brief description of the project's scope, size, and cost, specific duties performed, the individual's specific role, employer, and a contact phone number. This structured format ensures that all necessary information for assessing the capabilities and experience of proposed personnel is comprehensively provided.
The Past Performance Questionnaire (Solicitation No. 140P2024R0150) is a critical document for evaluating contractor performance in federal government RFPs. It outlines instructions for offerors and references, emphasizing that the information is for source selection and is source selection sensitive, not implying endorsement. The questionnaire is divided into sections: Offeror Information (Section A) for company details, Contract Information (Section B) for past project specifics, Reference Information (Section C) for contact details, and Evaluation (Section D) for assessing performance across various areas. Performance is rated as Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory in categories such as Quality, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance. The document concludes with an overall recommendation and return instructions for the contracting officer.
Solicitation #140P2024R0150, issued by the National Park Service Denver Service Center, is a Request for Proposal (RFP) for the replacement of the primary waterline for the maintenance and housing area at Organ Pipe Cactus National Monument. This RFP, designated as VOLUME II – BUSINESS & PRICE (ORPI 240821), outlines the required submission package for prospective contractors. For Technical Volume I, submissions may need to include an Experience Questionnaire, Key Personnel Qualifications, and a Past Performance Questionnaire, contingent on sections L or M of the solicitation. Business & Price Volume II requires an SF 24 Bid Bond for competitive solicitations, a Contract Price Schedule matching section “B” of the solicitation, General References if contractor responsibility checks are needed, and a Report on Limitation on Subcontracting for socio-economic sole source and set-aside solicitations. This document details the specific components necessary for a complete proposal submission for this federal government project.
The Standard Form 24 (SF 24),
This government form, designed for offerors in federal and state/local RFPs and grants, requires the submission of general references. Its primary purpose is to provide the government with a comprehensive overview of an offeror's business relationships, including those with sureties, corporate banks, insurance companies, subcontractors, and material suppliers. Offerors must provide detailed contact information for each reference type, including names, addresses, telephone numbers, and specific account or policy types, or areas of specialized work. A critical aspect of the form is the mandatory disclosure of any less-than-satisfactory relationships with references, along with explanations of remedial actions taken or planned. Failure to provide candid information may result in an unfavorable assessment of the offeror's past performance, underscoring the importance of transparency and accuracy in all disclosures.
The National Park Service (NPS) - Denver Service Center (DSC) has issued Solicitation Number 140P2025R0080 for the "Replace Well and Water System Components for Maintenance and Housing" project at Organ Pipe Cactus National Monument (ORPI 240821). This contract price schedule template outlines a base bid (CLIN 1 and 2) for replacing the 100,000-gallon potable water tank, distribution system for residential and maintenance areas, well house piping, control panel, and SCADA system. Additionally, four options are available: Option 1 for a new well and well house (CLIN 3), Option 2 for a 50,000-gallon tank and associated distribution system (CLIN 4), Option 3 for the Twin Peaks Campground water distribution system (CLIN 5), and Option 4 for campground electrical conduit installation (dependent on Option 3). Offerors must provide pricing for all base and option line items, with unit prices governing in case of calculation errors. The project aims to upgrade and expand the water infrastructure at the monument.
The "Report on Limitations on Subcontracting" is a mandatory federal government template for small businesses and socio-economic set-aside service contracts, including construction, priced at or above $150,000. It ensures compliance with subcontracting limitations, requiring prime contractors to report the financial breakdown between work performed by the prime, Similarly Situated Subcontractors (SSS), and Non-Similarly Situated Subcontractors (NSS). The document specifies maximum subcontracting percentages for NSS, varying by service type (50% for services, 85% for general construction, 75% for special trade construction). It also defines SSS as small businesses participating in the same SBA program as the prime. If the NSS subcontracting percentage exceeds the allowed limit, the prime contractor must provide a written corrective action plan. This report aims to promote fair business practices and ensure small business participation in government contracts.
Federal Acquisition Regulation (FAR) 36.211(b) mandates that agencies detail their policies and procedures for definitizing equitable adjustments in construction contracts, particularly concerning change orders. It also requires data on the time taken to finalize these adjustments. This information is publicly available on the Department of the Interior's website, specifically at https://www.doi.gov/pam/acquisition/policy/constructioncontract. The regulation aims to ensure transparency and accountability in the administration of construction contracts, providing clear guidelines for managing financial adjustments related to project changes.
Terracon Consultants, Inc. completed a Geotechnical Engineering Report for the
Shannon & Wilson conducted a hydrogeologic assessment for the National Park Service (NPS) at Organ Pipe Cactus National Monument (OPCNM), Arizona. The project, a subconsultant agreement with SEH, Inc., aimed to assess a new water supply well (Well 6) and inform the location and design of a second replacement well for the aging water system. A 48-hour pumping test was performed on Well 6, monitoring water levels at observation wells (Well 4 and Well 5). The test revealed the aquifer could sustain 55 gpm with minimal drawdown and rapid recovery. Analysis of the pumping test data, using Theis and Cooper-Jacob solutions, estimated transmissivity ranging from 7,347.3 to 13,650 ft²/day and storativity from 0.001433 to 0.05391. The assessment concluded the aquifer is suitable for an additional well, recommending a location near Well 4 with a similar pump intake depth to Well 6 to ensure a stable, long-term water supply. It also suggested alternating use of the wells to prevent interference and advised against drilling significantly south of Well 4 without further exploration due to potential aquifer boundaries.
The Organ Pipe Cactus National Monument's water system, built around 1960, is inefficient due to aging asbestos-cement pipes, deteriorating storage tanks, and declining well capacity. The project aims to replace the entire system, including 9,550 linear feet of AC pipe with over 15,000 linear feet of AWWA C-900 PVC pipe, two water storage tanks, and constructing a new domestic well. The upgrades will improve water monitoring, add fire sprinkler connections, increase fire flow, and install SCADA controls for remote monitoring. The project also addresses the replacement of Well #4 due to degradation and declining water levels, with a new well to be drilled nearby. A hydrogeologic assessment confirmed the aquifer's suitability for an additional well, recommending a location near the existing Well #4 and emphasizing alternating usage of the wells for sustained supply.
The Basis of Design Report (BDR) for Organ Pipe Cactus National Monument outlines plans to rehabilitate primary park water systems. Key considerations include minimizing disturbance to existing asbestos concrete pipe, which will largely remain in place due to its historic status and to prevent friability. New domestic service lines will utilize HDPE (PEX) and Type K copper. Open trenching is preferred over directional drilling for water main installation in the campground area due to depth requirements, impact on vegetation and structures, and the need for multiple tees. Water tanks will be sized based on average daily demand, equalization volume, fire storage (NFPA 1142), backwash filter volume, and dead storage. The design emphasizes glass-fused steel tanks to minimize maintenance and improve monitoring capabilities.
This government form, titled "General References," is designed for offerors to provide crucial information about their corporate and professional relationships. It requires details on sureties, corporate banks (including account types and numbers), insurance companies (policy types), and up to three subcontractors and material suppliers (specialized work/material types). A key directive emphasizes candor regarding any less-than-satisfactory relationships with these references, urging offerors to explain issues and remedial actions taken. Failure to disclose such information could lead to an unfavorable assessment of the offeror's past performance. This document is essential for evaluating an offeror's financial stability, operational capacity, and past performance record within the context of government RFPs, federal grants, and state/local RFPs.
The Project Experience Questionnaire (Solicitation: 140P2025R0080) is designed for offerors to detail their past project experience relevant to a federal government solicitation. It requires companies to provide information on referenced projects, including descriptions, locations, owners, and contact details. The questionnaire also mandates listing all contractors involved (prime and subcontractors) with their specific roles, trades, prices (original and final), and performance periods. Key sections prompt offerors to describe work performed, link it to solicitation-specific experience elements, explain price and schedule changes, address problems encountered and their resolutions, outline successful means and methods, and provide additional relevant project information. This document is crucial for evaluating a contractor's qualifications and past performance for federal government contracts.
This government file, identified as 140P2025R0080 / ORPI 240841, comprises a series of questions and responses regarding a solicitation for a project. The document clarifies various aspects of the RFP, including submission requirements, pricing schedules, key personnel experience, and technical specifications for water tanks and related infrastructure. Key clarifications include electronic submission of proposals, the option to use either Section B or Attachment 5D for pricing, and that certified cost data is not required. It also specifies that key personnel resumes can be in various formats and outlines the required key personnel positions. Further details address past performance submissions, small business participation, and technical queries related to drawings, materials, and construction methods. The document also provides important dates, such as the assumed Notice to Proceed (NTP) date and amendment effective dates, and addresses logistical concerns like site visits, environmental considerations, and potential project extensions.
The "Small Business Participation Document" requires all offerors, regardless of size, to complete a Small Business Participation Proposal for government acquisitions. This proposal outlines the planned involvement of small businesses as prime contractors or subcontractors, with the goal of meeting participation objectives. Offerors must categorize their business size and type (e.g., Small Disadvantaged Business, Woman-Owned Small Business) and provide the total percentage and dollar value of work allocated to both large and small businesses, ensuring the combined total equals 100%. Specific percentages for various small business categories must also be detailed. Finally, offerors must list the principal supplies and services to be performed by small businesses, providing company names and service/supply types. This document is crucial for promoting small business involvement in federal, state, and local government contracts.
This document, Amendment 0001 to Solicitation 140P2025R0080, updates and clarifies the requirements for a federal government acquisition. The primary purpose of this amendment is to update Box 10 on the 1442 form to reflect "ORPI 240821 - Replace Primary Water System for Maintenance and Housing Area." The acquisition is a full and open competition with a NAICS code and small business size standard noted in clause 52.204-8, section "K." The magnitude of construction is over $10,000,000. Key updates include referring to section "L" for pre-proposal site visit information, proposal submittal requirements, and instructions for acknowledging solicitation amendments. All federal, state, and local taxes must be included in proposals as the project is not tax-exempt. Additionally, Section L is updated to provide details for a mandatory site visit on August 26, 2025, at 0900 MST. Offers must acknowledge receipt of this amendment by one of the specified methods prior to the hour and date for receipt of offers, or the offer may be rejected.
Amendment 0002 to solicitation 140P2025R0080 updates Section L with crucial site visit details. The site visit is scheduled for September 03, 2025, at 0730 ET, to be held at the Kris Eggle Visitor Center. This amendment outlines the methods for offerors to acknowledge receipt, emphasizing that failure to acknowledge may lead to rejection of their offer. It also specifies procedures for changing an already submitted offer. The document is issued by NPS, DSC Contracting Services Div in Denver, CO, with an effective date of August 06, 2025. This ensures all potential contractors are aware of the updated site visit information for the solicitation.
Amendment 0003 to Solicitation 140P2025R0080 updates Section L by providing site visit information. The site visit will be held on September 04, 2025, at 0730 Mountain Standard Time at the Kris Eggle Visitor Center, located at 10 Organ Pipe Dr, Ajo Az 85321. Offerors must acknowledge receipt of this amendment by the specified hour and date, either by completing and returning copies of the amendment, acknowledging receipt on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in offer rejection. All other terms and conditions of the solicitation remain unchanged.
Amendment 0004 to Solicitation 140P2025R0080 updates Section L with site visit information and provides a set of questions and answers. The site visit will be held on September 4, 2025, at 0730 Mountain Standard Time at the Kris Eggle Visitor Center, 10 Organ Pipe Dr, Ajo AZ 85321. Attendees must RSVP by September 2, 2025, at 1400 MST via email to Joseph Halter (jhalter@nps.gov), Brian Baugh (brian_baugh@contractor.nps.gov), and Jason Longshore (jason_longshore@nps.gov), providing their firm's name and the number of personnel attending. The amendment also specifies that offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies of the amendment, acknowledging receipt on each offer copy, or by separate written or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in rejection of the offer.
Amendment 0005 to Solicitation No. 140P2025R0080 extends the due date for offers to October 8, 2025, at 1400 Mountain Standard Time. This amendment also includes the site visit sign-in log and a second set of questions and answers with attachments. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on submitted offers, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may result in the rejection of offers.
Amendment 0006 for Solicitation 140P2025R0080 extends the due date for offers to October 24, 2025, at 1400 Mountain Standard Time. This document, issued by the NPS, DSC Contracting Services Div in Denver, CO, modifies the original solicitation. Offerors must acknowledge receipt of this amendment through one of three methods: by completing and returning copies of the amendment, acknowledging receipt on each submitted offer, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may lead to the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged and in full force and effect.
Amendment 0007 to Solicitation No. 140P2025R0080 extends the solicitation due date to November 10, 2025, at 14:00 Mountain Standard Time. Additionally, this amendment officially closes the Request for Information (RFI) period, meaning the National Park Service (NPS) will no longer accept any further questions. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. Offerors must acknowledge receipt of this amendment by one of the specified methods to ensure their offer is not rejected.
Amendment 0008 to solicitation 140P2025R0080 from the National Park Service (NPS), DSC Contracting Services Division, issued on August 6, 2025, provides questions and answers related to the original solicitation. This amendment does not extend the offer receipt date of October 2, 2025. Offerors must acknowledge this amendment by signing and returning copies, or by other specified methods, to the issuing office in Denver, CO, to ensure their offers are considered. All other terms and conditions of the original solicitation remain unchanged and in full force and effect.
Amendment 0009 to solicitation 140P2025R0080 extends the offer due date to November 17, 2025, at 14:00 MS. This modification, issued by the NPS, DSC Contracting Services Div in Denver, CO, requires offerors to acknowledge receipt of the amendment. Failure to acknowledge prior to the new deadline may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged. This amendment serves to provide additional time for offer submissions for the specified government contract.
The document, Amendment of Solicitation/Modification of Contract 140P2025R0080, serves to amend a solicitation. Its primary purpose is to provide the final set of questions and answers related to the solicitation. The amendment specifies methods for offerors to acknowledge receipt, either by completing and returning copies, acknowledging on submitted offers, or via separate communication. Failure to acknowledge receipt by the specified date and time may lead to the rejection of an offer. It also clarifies that any changes to an already submitted offer must reference the solicitation and amendment numbers and be received before the opening hour and date. The effective date of this amendment is August 6, 2025, and it was issued by NPS, DSC Contracting Services Div in Denver, CO.
This document is a Request for Proposal (RFP) for the National Park Service (NPS), specifically for the DSC Contracting Services Division. The solicitation, number 140P2025R0080, issued on August 6, 2025, is for the project DINO 310253, which involves replacing the Yampa District Multi-Operations Facility and demolishing existing structures. The Magnitude of Construction is estimated to be more than $10,000,000. This is a negotiated solicitation, not a sealed bid. Offerors must submit proposals and questions as per Section L and are responsible for including all Federal, state, and local taxes. Performance is required to begin within 10 calendar days of award and be completed within 577 calendar days. Proposals are due by 1400 local time on September 22, 2025, at the address specified in Item 8. An offer guarantee is not required, but performance and payment bonds are mandatory. Offers providing less than 90 calendar days for Government acceptance will not be considered. The document outlines the offer and award process, including sections for offeror information, acceptance of terms, and acknowledgment of amendments.