Death Valley National Park - Repair Landfill Cap a
ID: 140PS124Q0039Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENORTHEAST REGIONAL CONTRACTINGPHILADELPHIA, PA, 19107, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF SEWAGE AND WASTE FACILITIES (Z2ND)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlin_hale@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service's Pacific West Region is initiating a project to repair the landfill cap and drainage systems at Furnace Creek within Death Valley National Park following severe flood damage in August 2023. The project, identified under PMIS NO. DEVA 337564, aims to address erosion issues that compromised landfill infrastructure, particularly on capped cells and water bars. Key components of the scope include soil testing, erosion repairs on water bars and the main flow channel, installation of new culverts, and the use of rip rap for stabilization. The landfill infrastructure, which features five cells and water bars to manage stormwater, will have damaged sections filled, compacted, and regraded. Additionally, two new water bars will be installed, with culverts to ensure proper water flow. Contractors are instructed to follow specific technical requirements, including minimizing disturbance during soil sampling and adhering to NPS safety and environmental standards. The final deliverables include soil test results, detailed repair documentation, and compliance with invasive species management protocols. Overall, the project represents a significant effort to restore essential infrastructure in the aftermath of a natural disaster while ensuring ecological protection.
    The document outlines specifications for the Repair Landfill Cap and Drainage project at Furnace Creek in Death Valley National Park (Contract DEVA 337564), highlighting administrative and procedural requirements for contractors. It details submission processes, including timelines for approvals, necessary documentation for “approved equals,” and procedures for electronic and physical submittals. The Contracting Officer reviews submittals, which can be approved, marked with notations, or disapproved. Safety is emphasized, requiring contractors to adhere to OSHA guidelines, report accidents, conduct safety meetings, and follow strict protocols for waste management and wildlife protection. Quality assurance processes are mandated, involving daily reports on inspections and testing, which the contractor must document and submit regularly. The contractor is responsible for environmental protection, ensuring work does not disturb soil or vegetation beyond contract terms and preventing the introduction of invasive species. The project showcases the government's commitment to environmental stewardship and adherence to safety and quality standards in federal contracts, ensuring that all work aligns with national park regulations.
    The Death Valley National Park has established an Operational Standard Operating Procedure (SOP) for inspecting contractor equipment and vehicles to prevent the introduction of invasive species into the park. The directive mandates that all contractor equipment and transport vehicles undergo inspection by a qualified individual before entering the premises. This SOP outlines the roles of Project Managers and staff in referencing this policy in contracts and permits to minimize contractor claims related to cleaning and inspections. The document specifies qualifications for inspectors and emphasizes safety during the inspection process. It details procedures for selecting inspection locations and lists required inspection equipment. Inspectors should focus on common problem areas for soil contamination, perform thorough checks on vehicle undersides, and document findings using a standard inspection form. Upon completion, results must be communicated to the prime contractor and relevant park personnel. This initiative represents the park’s commitment to ecological preservation while managing contracts and operations effectively.
    The document outlines various government Requests for Proposals (RFPs) and funding opportunities at federal, state, and local levels. It emphasizes the commitment to improving public services through various initiatives aimed at economic development and community support. Key themes include funding for environmental projects, infrastructure improvements, healthcare system advancements, and community programming enhancements. Each entry specifies the nature of the project, eligibility for grants, application processes, deadlines, and financial allocations. The document serves as a comprehensive resource for organizations seeking federal, state, or local funding, providing critical information necessary for proposal preparation. The focus on economic growth and sustainability reinforces the government’s objective of fostering collaborative partnerships with organizations dedicated to public service improvement.
    The document is a Questions & Answers sheet related to a government RFP, addressing contractor inquiries regarding project specifications. Key topics include clarification of technical requirements for conduit wiring and an inquiry about the scope of work (SOW) pertaining to sewer line maintenance. Specific reference is made to wiring specifications, identifying that copper AWG 12 wiring is required. Furthermore, a contractor seeks clarification on whether the project involves a complete replacement of sewer lines or just reparation of existing sections. The purpose of this document is to provide essential clarifications to contractors bidding on the project, ensuring a mutual understanding of expectations and requirements outlined in the SOW. The emphasis on precise specifications reflects the government's aim for quality and compliance in project execution.
    The National Park Service (NPS) is issuing a Request for Quotation (RFQ) 140PS124Q0039 for construction services focused on repairing the landfill cap and drainage at Furnace Creek in Death Valley National Park, California. The contract will be a firm-fixed-price to a small business and is expected to range between $100,000 and $250,000. A mandatory site visit is scheduled for September 30, 2024. The selection process will prioritize the lowest price that meets technical specifications, which includes relevant prior experience in soil cap testing, erosion repair, and installation of waterbars and culverts. Offerors must provide summaries of prior projects and demonstrate applicable experience for key personnel such as the Project Manager and Project Superintendent. Submission instructions emphasize strict adherence to the solicitation requirements, with a validity of quotes for 60 days. It mandates registration in the System for Award Management (SAM) and outlines specific provisions regarding work hours, performance timelines, bonding, and insurance. Additionally, bidders are to respond to specific inquiries concerning any outstanding legal matters. This RFQ aligns with federal acquisition processes, highlighting the NPS's commitment to using small businesses in procurement while ensuring compliance with government regulations and quality standards in construction projects.
    The document pertains to a government solicitation for construction work related to the repair of flood damage at the Furnace Creek landfill in Death Valley, California. The project, identified by solicitation number 140PS124Q0039, requires the contractor to initiate performance within 10 calendar days upon receiving a notice to proceed, with a total project completion deadline of 90 days thereafter. Important requirements include the submission of sealed offers, performance and payment bonds, and acknowledgment of any solicitation amendments. The primary task involves the repair and alteration of sewage and waste facilities, emphasizing adherence to specific work requirements outlined in the attached scope of work and specifications. This solicitation reflects the government's initiative to restore environmental functionality and safety within designated National Park Service areas through strategic contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail project in Death Valley, California. This project involves the reconstruction of a 2,871-foot-long, ADA-accessible raised timber boardwalk trail, along with the removal of debris, reconstruction of a parking lot, and roadway improvements, all necessitated by severe flooding events in August 2022 and 2023. The initiative is crucial for restoring public access to natural resources while adhering to environmental standards, with an estimated project value between $5 million and $10 million. Interested small businesses must submit sealed bids by 2:00 PM on October 3, 2024, and can direct inquiries to Kelly Palmer at cflcontracts@dot.gov.
    CA FTNP SEKI 13(2) Mineral King Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the rehabilitation of up to 15.20 miles of Mineral King Road within Sequoia and Kings Canyon National Park in California. The project involves extensive roadway work, including pulverization of existing pavement, aggregate base placement, asphalt paving, and various drainage improvements, all while maintaining public access during construction. This project is critical for enhancing visitor access and ensuring roadway stability in an environmentally sensitive area, with an estimated cost range between $25 million and $35 million. Interested contractors can attend a non-mandatory pre-bid site visit on October 8, 2024, and must RSVP by October 3, 2024; for further inquiries, contact Jorey Deml or Ryan Phillips at cflacquisitions@dot.gov.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    Y--YOSE 196416 Rehabilitate El Portal Wastewater Treatment Facility and Admin Camp.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is initiating a pre-solicitation for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. This project aims to upgrade the 45-year-old wastewater treatment plant, which is critical for managing wastewater for Yosemite Valley and surrounding communities, by replacing outdated infrastructure and systems, demolishing obsolete structures, and creating RV sites for construction workforce housing at the former administrative camp. The estimated cost for this comprehensive project exceeds $150 million, with a performance period of 1460 days, including potential environmental shutdowns. Interested contractors must be registered with the System for Award Management (SAM) to participate, and solicitation documents are expected to be issued around September 30, 2024. For further inquiries, contact Patrick Naulty at patricknaulty@nps.gov or call 303-987-6701.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.
    CA NPS PP MANZ 2019(1), Pavement Preservation Manzanar
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for a pavement preservation project at Manzanar National Historic Site and Mojave National Preserve in California. The project includes crack sealing, patching, micro surface treatment, pavement markings, and other small items of work. The project is approximately 5.39 miles long and is expected to be completed by Spring 2020. The estimated price range for the project is between $1 million and $2 million. Interested vendors must register on the FBO website. The project will be solicited to the Western Region Pavement Preservation MATOC. Anticipated solicitation date is Fall 2019.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.