Z--SALINAS PUEBLO MISSIONS (SAPU) REQUIRES THE REPLAC
ID: 140P1525Q0072Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

Flooring Contractors (238330)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 7:00 PM UTC
Description

The Department of the Interior's National Park Service is seeking qualified contractors for a construction project involving the replacement of flooring in the Mission 66 building at Salinas Pueblo Missions National Park in New Mexico. The project requires the removal of existing flooring, including asbestos abatement, and the installation of new flooring as specified in the attached scope of work. This initiative is crucial for maintaining the integrity and safety of the park's facilities, ensuring compliance with federal safety regulations. Interested contractors must submit their quotes by May 8, 2025, with the performance period scheduled from May 12, 2025, to July 25, 2025. For inquiries, contact Taylor Jones at Taylor_A_Jones@nps.gov or call 520-780-9294.

Point(s) of Contact
Files
Title
Posted
The United States Department of the Interior's National Park Service has released an amendment (0001) for Solicitation #140P1525Q0072, which pertains to replacing flooring in the Mission 66 building. The primary focus is to address a proposal suggesting the use of epoxy flake flooring, which offers strong adhesion and moisture resistance, customizable color options, and comes with a lifetime warranty. However, after review, the park has decided not to accept this alternative, favoring a commercial-grade floating floor instead. The document underscored that no other solicitation clauses or dates are altered with this amendment, and it also provides contact information for the contracting officer, Taylor Jones. This reflects the government's process in evaluating proposals against predetermined standards and specifications while maintaining clear communication with prospective contractors.
The U.S. Department of the Interior's National Park Service is issuing an amendment (0002) to Solicitation #140P1525Q0072 regarding the replacement of flooring at a specified site, necessitating asbestos abatement. The document includes a series of responses to contractors' questions about the project. Key points include the availability of an asbestos report and a marked floor plan indicating abatement areas. It confirms only the removal of loose asbestos tiles is required. This amendment outlines the essential details related to the contracting process, ensuring transparency and compliance with safety regulations, while facilitating the execution of the flooring replacement project in an affected area. The document reflects the government's structured approach to handling hazardous materials in public spaces, underlining the need for adherence to safety standards.
Apr 16, 2025, 9:06 PM UTC
The document outlines Amendment #1 to the solicitation 140P1525Q0072 regarding a construction contract for the replacement of flooring at the Salinas Pueblo Missions in New Mexico. This amendment provides responses to questions raised during the Q&A period and includes specific instructions for acknowledging receipt of the amendment. Contractors must confirm acknowledgment before the specified deadline to avoid rejection of their offers. The contract allows modifications as necessary, including changes to administrative details. The project has a defined period of performance from May 12 to July 25, 2025, and necessitates the use of a blank bid schedule as detailed in the amendment's scope of work. This amendment is part of the federal procurement process, aiming to ensure transparency and clarity in contract modifications while facilitating the ongoing maintenance and preservation of national park facilities.
Apr 16, 2025, 9:06 PM UTC
This document serves as Amendment #2 to solicitation number 140P1525Q0072, modifying the contract related to the replacement of flooring at Salinas Pueblo Missions National Park. The amendment includes government responses to inquiries raised during the question and answer period, which are detailed in an attached document. Contractors are required to acknowledge receipt of this amendment in one of several specified ways to ensure their offers are considered. The effective dates for the project’s performance run from May 12, 2025, to July 25, 2025. The amendment's main purpose is to clarify terms and facilitate contractor compliance with procedural requirements for bid adjustments, while maintaining all original terms and conditions of the solicitation. This amendment is integral to the construction contract process, ensuring transparency and adherence to federal grant and RFP regulations.
Apr 16, 2025, 9:06 PM UTC
The document constitutes a Request for Quotation (RFQ) issued by the National Park Service for a construction project at the Salinas Pueblo Missions. The main objective is to replace flooring in Mission 66, requiring contractors to provide labor, materials, and supervision in line with the attached scope and specifications. The mandatory performance period ranges from May 12, 2025, to July 25, 2025, with a closing date for quotes set for May 8, 2025. No site visit is scheduled, but interested parties may schedule one prior to the RFQ deadline. All inquiries concerning the RFQ must be directed to the designated government contact by April 29, 2025. Additional requirements include potential performance and payment bond provisions, completion timelines, inspection clauses, and compliance with various regulations, such as those concerning safety and labor standards. Contractors are advised to review the comprehensive terms and conditions included in the contract to ensure compliance. The RFQ emphasizes the need for careful evaluation, submission of provided price schedules, and adherence to environmental sustainability practices, reflecting the government's focus on responsible project execution within defined regulatory frameworks.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Z--NAVA-REPLACE CONCRETE HOUSES 6,5,4
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of concrete at residential houses 6, 5, and 4 at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve park facilities, emphasizing the importance of engaging small businesses in federal contracting opportunities. Proposals are due by April 28, 2025, at 5:00 PM EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Sources Sought -- FY25 GSU THC Flooring services and supplies
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide flooring services and supplies for the Tohatchi Health Center in Tohatchi, New Mexico. The project involves the complete removal of old vinyl flooring and the installation of new flooring across approximately 1,434 square feet, ensuring compliance with building codes and safety standards, particularly OSHA regulations. This initiative is crucial for enhancing the operational environment of the health center, with a focus on quality assurance and minimal disruption to clinic operations. Interested parties must submit a capabilities package to Ken Parrish by March 22, 2025, at 10:00 a.m. MST, and confirm their eligibility under the Buy Indian Act, with the applicable NAICS code being 238330 for Flooring Contractors.
REMOVE AND REPLACE CARPET IN SHILOH MILITARY PARK
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking a qualified contractor to remove and replace approximately 2,250 square feet of carpet in the Education Center at Shiloh National Military Park. The project requires the use of eco-friendly materials and adherence to specific work guidelines, including the removal of existing carpet squares and the installation of new commercial carpet made from recycled materials. This procurement is a Total Small Business set-aside under NAICS code 238330, with a submission deadline for quotes set for April 21, 2025, and a performance period extending until June 30, 2025. Interested contractors must contact Dallas Harper-Staub at dallasharper-staub@nps.gov or call 256-986-0815 for further details and ensure compliance with all federal regulations and requirements.
NM NP MULTI PMS(1), Pavement Preservation New Mexico
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
FORT BOWIE NATIONAL HISTORICAL SITE (FOBO) REQUIRE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for a construction project at the Fort Bowie National Historical Site in Bowie, Arizona. The project involves the repair of exterior finishes on administrative buildings, including work on siding, doors, and windows, as outlined in the attached scope of work. This initiative is crucial for maintaining the infrastructure of the historical site while ensuring compliance with federal safety and environmental regulations. Interested contractors must submit their quotes electronically by May 9, 2025, following a site visit scheduled for April 28, 2025, and are required to provide performance and payment bonds as part of their proposal. For further inquiries, contractors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment while adhering to specific submission formats, including a price schedule and capabilities statement. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring compliance with federal contracting regulations. Proposals are due by April 28, 2025, at 5:00 PM EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
NPS, BISO, TN, REHAB BANDY CREEK INTERIOR Flooring
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to rehabilitate the interior flooring at the Bandy Creek Visitor Center and Interpretation/Education Buildings in Oneida, Tennessee. The project involves sanding and refinishing approximately 4,700 square feet of hardwood flooring, with a focus on enhancing safety and improving visitor services while minimizing disruption to public access. This initiative is part of the NPS's commitment to maintaining public facilities and ensuring compliance with safety and operational standards. Interested contractors must submit their quotes by May 7, 2025, and direct any questions to Ashley Warcewicz at ashleywarcewicz@nps.gov, with an estimated contract value between $25,000 and $50,000 and a performance period from May 19, 2025, to July 18, 2025.
Operating Room Floor Replacement GIMC
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Operating Room Floor Replacement project at the Gallup Indian Medical Center in New Mexico. This Sources Sought Notice aims to gather information on potential suppliers capable of fulfilling the requirements under NAICS Code 238330 for Flooring Contractors, with a focus on determining eligibility for a 100% set-aside for Small Business Indian Firms or Small Business concerns. The project is significant as it aligns with the Buy Indian Act, promoting economic participation of Indian entities in federal contracting. Interested parties must submit a completed representation form, along with evidence of relevant experience and business identification details, to Melissa Lake at melissa.lake@ihs.gov by the specified deadline, as this notice is strictly for market research and not a solicitation for proposals.
Replace Headquarters Roof
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the replacement of the headquarters roof at Cedar Creek and Belle Grove National Historic Park. This project involves the removal and replacement of an asphalt shingle roof system, requiring contractors to provide all necessary labor, supervision, materials, and equipment for completion. The initiative underscores the government's commitment to preserving national historic sites while ensuring compliance with regulatory standards and maintaining quality in construction services. Interested contractors should note that the performance period is scheduled from June 10 to July 10, 2025, with work expected to commence within five calendar days of receiving a notice to proceed. For further inquiries, contractors can contact Melvin Gartrell at melvingartrell@nps.gov.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 28, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.