Z--REPLACE FENCING, CARTER BARRON FACILITY
ID: 140PS124Q0027Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MISSOURI MABO(62000)Omaha, NE, 68102, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF RECREATION FACILITIES (NON-BUILDING) (Z2PA)

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 proposals for the replacement of approximately 2,100 linear feet of fencing at the Carter Barron Facility in Rock Creek Park, Washington, D.C. The project involves the removal and disposal of existing chain link fencing and the installation of an 8-foot-tall anti-scale mini mesh fence to enhance security and address ongoing vandalism issues. This initiative is part of the government's commitment to maintaining and improving public park infrastructure, ensuring safety and aesthetic appeal. Interested small business contractors must submit sealed quotes by September 18, 2024, and attend a mandatory site visit on September 5, 2024. For further inquiries, contact Jason Burdett at jason_burdett@nps.gov or call 501-762-9517.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service is planning to issue a Request for Quote for the demolition and reconstruction of the Carter Barron Amphitheatre's perimeter fence in Washington D.C.'s Rock Creek Park. The project involves removing old fencing, clearing debris, and cutting overhanging tree limbs, followed by the installation of an 8-foot-tall mini mesh fence for enhanced security. With a price range of $100,000 to $250,000, the firm-fixed price contract is scheduled to be awarded to a prime contractor by mid-September 2024, with work set to begin shortly after. The solicitation will be posted online, and potential bidders are encouraged to attend a site visit to understand the project's requirements and constraints. To be eligible for award, bidders must have the necessary registrations and be active in the System for Award Management.
    The file outlines a government Request for Proposals (RFP) for the replacement of the perimeter fence at the Carter Barron Amphitheatre in Rock Creek Park, Washington, D.C. The project aims to address security issues following repeated vandalism and unsafe conditions that have plagued the historic venue since its closure in 2017. The scope includes the removal of 2,120 linear feet of existing chain link fencing and the installation of a new 8-foot high anti-scale mini mesh fence, emphasizing both security and aesthetics. Key objectives involve site preparation, management of encroaching vegetation with professional arborist oversight, and safe disposal of existing fencing materials. The installation phase requires inspection and possibly the use of new posts, with quality assurance and cleanup as integral steps. The project timeline spans 90 days, allowing for weather contingencies. Safety compliance and personnel qualifications are crucial, ensuring experienced teams handle demolition and installation effectively. The RFP underscores the commitment to rehabilitating the amphitheatre's infrastructure while improving safety, security, and overall functionality, highlighting the government's proactive approach to managing public spaces and preserving historic sites.
    The document pertains to a Request for Proposal (RFP) for the replacement of the fencing at the Carter Barron Amphitheatre within Rock Creek Park. It outlines the project's specifications and answers key questions regarding scope. The replacement involves only the existing chain link fencing, with no gate replacements or removal of a secondary fence indicated. Critical considerations during installation include the preservation of specific bushes and awareness of buried electrical lines from old lighting fixtures. The existing fence posts will be used unless they require replacement, in which case they will match the existing specifications. Furthermore, the project allows for tree removal down to the stump, with no need for stump removal. This RFP is part of ongoing efforts to maintain and improve federal park infrastructure while ensuring environmental considerations are met.
    The document appears to be a graphical representation or map detailing various locations around the Carter Barron Amphitheater and nearby parks within Washington, D.C. Key landmarks mentioned include the William H.G. FitzGerald Tennis Center and numerous street names, indicating the geographic context relevant to potential government projects or bids. The surrounding area includes notable streets like Colorado Avenue NW and Farragut Street NW, with a layout showing distance scales. This context suggests that the file may relate to proposed improvements or renovations in municipal venues, potentially leading to future Requests for Proposals (RFPs) or grants aimed at enhancing community recreational facilities. The emphasis on public spaces signifies government interest in maintaining and upgrading local infrastructure for community use.
    The document outlines a series of planned tree removals and pruning in a specific area scheduled for August 13 and 14, 2024. Each entry details the type of tree, the action required (removal or pruning), priority level, and a description of the condition of the trees, most of which are dead or significantly declining and pose a risk to nearby fences. The identified trees include various species, notably white oak, chestnut oak, and northern red oak, some leaning or showing extensive rot, indicating urgent maintenance is necessary to prevent potential injury or property damage. Geographic coordinates are provided for each tree location, emphasizing the need for precise interventions. The document signifies a systematic approach for addressing hazardous trees to ensure safety and compliance within the local ecosystem, likely in response to an RFP or municipal grant focused on urban forestry management and public safety enhancement.
    The document outlines wage determinations for building construction projects in the District of Columbia, under the Davis-Bacon Act. It specifies required minimum wage rates for contractors based on federal Executive Orders affecting contracts initiated or renewed on specified dates. For contracts effective in 2024, the minimum wage is at least $17.20 per hour; contracts awarded from January 1, 2015, to January 29, 2022, have a minimum rate of $12.90 per hour. The wage determination details various skilled labor classifications, their corresponding wage rates, and fringe benefits, such as holidays and vacation pay for workers, including bricklayers, electricians, laborers, and plumbers. It emphasizes the necessity for contractors to adhere to these specified rates to comply with labor standards. Additionally, the document discusses processes for requesting wage rate decisions and appeals related to wage determinations. This document serves an essential function within government RFPs and grant processes, ensuring fair labor compensation practices on federally funded construction projects and is instrumental for contractors navigating these regulatory requirements.
    The U.S. Department of the Interior's National Park Service has issued a Past Performance Questionnaire (PPQ) for evaluating a company's track record in relation to a potential project. The document outlines a structured process for assessing past performance, emphasizing the need for evaluations from project owners or references. The offeror must complete initial company details, while evaluators fill out performance ratings across various criteria, including management integrity, quality control, and adherence to schedules. Ratings range from Outstanding to Unacceptable, requiring evaluators to provide explanations for lower ratings. Additionally, the questionnaire asks evaluators if the company received any negative feedback or if they would re-award contracts. Completed questionnaires are critical for the proposal review process and must be submitted by specified deadlines. This evaluation tool is part of the broader context of federal RFPs and grants aimed at ensuring quality contractor performance.
    The Technical Questionnaire for the Carter Barron Fence Replacement project at Rock Creek Park is designed to evaluate contractor bids based on their ability to adhere to project specifications, projected timelines, and budget constraints. The questionnaire comprises three main sections: 1. Project Plan: Contractors must outline their strategies for completing the project within the defined specifications and timeframe, while maintaining budgetary compliance. 2. Relevant Experience: Offerors are required to list up to five relevant projects completed in the last three years, including project amounts, types, completion dates, and reference contacts for validation. 3. Material Specifications: Contractors need to detail the materials and products to be used for the project as per the provided specifications, including any "or equal" items, which require supporting documentation for approval. This questionnaire is critical for the selection process, emphasizing the importance of clear and detailed responses to avoid lower evaluation ratings. Overall, it reflects the government's commitment to thorough evaluation in procurement processes, ensuring that all submissions meet high standards of quality and accountability.
    The document outlines the pricing schedule for contractors bidding on the ROCR Fence Replacement project, emphasizing the need for comprehensive cost estimation. Contractors must provide detailed pricing for each project element, including materials, labor, equipment, overhead, profit, and bonding, with a total encompassing all applicable expenses such as taxes. It specifies that the government will issue a fixed-price construction contract and encourages bidders to consider quantity discounts and project specifications to ensure competitiveness in pricing. The final award decision will factor in the cost proposals provided, highlighting the importance of thorough and strategic pricing. The overall goal is to secure a transparent and competitive bidding process to achieve high-quality project execution.
    The document outlines the Carter Barron Fence Replacement project at Rock Creek Park, designated as 140PS124Q0027, scheduled for September 5, 2024, at 10:00 AM ET. It pertains to a request for proposals (RFP), indicating the government's initiative to enhance park infrastructure. Two representatives from The Mensah Group Inc., Beauford Mensah and Jose Perez, are listed, providing their contact information, including phone numbers and email addresses. The project aims to replace existing fencing, reflecting ongoing federal efforts to maintain and improve public park facilities. The inclusion of company representatives suggests an organized approach to vendor engagement in response to government bids. This document is instrumental for contractors interested in participating in federal projects related to park development and maintenance.
    The document is an amendment (Amendment 0001) to a federal solicitation referenced as 140PS124Q0027. Its primary purpose is to add an official site visit sign-in sheet and a Q&A document pertaining to the site visit. The amendment outlines that all other terms and conditions of the original solicitation remain unchanged. It emphasizes the necessity for contractors to acknowledge receipt of this amendment by specified methods to avoid rejection of their offers. The effective date for the contract spans from October 15, 2024, to January 13, 2025. Additionally, the document provides procedural details regarding modifications of contracts or orders, indicating compliance with FAR regulations. The summary indicates that this amendment is a routine administrative update within the federal procurement process, maintaining transparency and facilitating communication between contractors and the government.
    The document outlines a Request for Proposal (RFP) for the National Park Service (NPS) regarding the replacement of approximately 2,100 linear feet of chain link fencing at Rock Creek Park, Washington, D.C. It details the government’s requirement for a firm-fixed price contract that includes the removal, disposal, and replacement with an 8-foot-tall anti-scale mini mesh fence. Emphasis is placed on enhanced security through the use of either 9-gauge or 11-gauge materials. The project is set-aside for small business concerns, with a performance timeframe of 90 days expected to start in mid-October 2024. The proposal process requires potential contractors to submit sealed quotes by September 18, 2024, and attend a mandatory site visit on September 5, 2024. The document specifies additional requirements, including performance and payment bonds, pricing structure, and inspection protocols. Compliance with federal regulations is highlighted, as is the necessity for the contractor to maintain quality control throughout the project. The contract's implications for labor standards, insurance, and utility services also form a central part of the requirements set forth in the RFP, ensuring adherence to governmental policies and regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    LA-SELA REFUGES-BOGUE CHITTO FENCE
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the installation of approximately 211 feet of chain-link fencing at the Bogue Chitto National Wildlife Refuge in Louisiana. The project entails constructing a five-foot tall fence, including the installation of two double swing gates and one handicap-accessible walkthrough gate, with a performance period from October 1, 2024, to January 31, 2025. This initiative is crucial for maintaining secure areas within the Refuge while ensuring necessary access, thereby supporting the overall mission of wildlife conservation. Interested contractors must comply with specific requirements, including performance and payment bonds, adherence to Davis-Bacon wage rates, and environmental regulations, with proposals due by the specified deadline. For further inquiries, contact Sanford Carson at sanfordcarson@fws.gov.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    BEJ Overlook Fence Installation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the installation of a precast concrete fence at the B. Everett Jordan Dam in Moncure, North Carolina. The project involves the removal of an existing wooden fence and the installation of a 640-foot fence, with all labor, supervision, and materials provided by the awarded contractor. This installation is crucial for enhancing public safety and maintaining secure facilities, reflecting the government's commitment to compliance with federal regulations. Interested small businesses must submit both a price quote and a technical proposal via email by September 23, 2024, following a mandatory site visit on September 5, 2024. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    GWMP Bridge Pres
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Bridge and Pavement Preservation Project at the George Washington Memorial Parkway in Virginia. This Sources Sought Notice aims to gather interest and qualifications from both large and small businesses for extensive restoration and maintenance of bridges and roadways, with an estimated construction cost exceeding $10 million and a performance period of approximately 416 calendar days. The project includes tasks such as concrete deck repairs, drainage improvements, asphalt preservation, and traffic control, emphasizing minimal visitor impact during construction. Interested parties must submit their responses, including company information and relevant experience, by September 23, 2024, to Jeremiah Rogers at jeremiahrogers@nps.gov or by phone at 303-969-2633.
    58--NCR-WOTR: REPLACE VIDEO SECURITY SYSTEM
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the video security system at Wolf Trap National Park for the Performing Arts. The project aims to enhance safety and security for visitors, staff, and performers by replacing the outdated analog CCTV system with a modern, reliable surveillance solution that meets national and state code requirements. This procurement is a Total Small Business Set Aside under NAICS code 238210, with a firm fixed-price contract anticipated, and proposals are due by 12:00 PM Eastern Time on September 20, 2024. Interested contractors should contact Franklin Mahan at franklinmahan@nps.gov or call 240-741-3727 for further details.
    RR465 MRSG Motor Pool Fence
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the construction of a motor pool fence at Camp Lejeune, North Carolina, under Solicitation No. N40085-24-R-2855. The project involves the installation of approximately 400 linear feet of galvanized steel chain link fence with barbed wire and "Y" outriggers, aimed at enhancing security for the Marine Raider Support Group while ensuring minimal disruption to ongoing operations. This initiative is critical for compliance with military security standards and is estimated to cost between $25,000 and $100,000, with a completion timeline of 180 days post-award. Interested small businesses must submit their proposals by September 17, 2024, and are encouraged to contact Angela Little at angela.f.little2.civ@us.navy.mil for further details.
    D1 Intercom Remediation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide intercom remediation services at the U.S. Park Police Central District Station. The project involves replacing and repairing the existing intercom system to restore its full functionality, ensuring compliance with safety and electrical standards, and providing a three-year warranty on parts and labor. This procurement is crucial for enhancing communication capabilities within law enforcement facilities, thereby supporting operational security. Interested vendors must attend a mandatory site visit on September 16, 2024, with attendance confirmation required by September 12, 2024. For further inquiries, contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322.
    Blackbird Fence Project
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Blackbird Fence Project, which involves the removal and replacement of approximately 1.42 miles of boundary fencing in Austin, Nevada. Contractors are required to provide all necessary materials, labor, and equipment to successfully complete the project, which is estimated to cost between $25,000 and $100,000 and is set aside for small businesses under FAR 19.5. This project is crucial for effective land management and environmental stewardship within the Humboldt-Toiyabe National Forest, ensuring public safety and compliance with federal construction standards. Interested contractors must submit their proposals via email by September 20, 2024, and can direct any questions to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov by August 30, 2024.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    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 caitlinhale@nps.gov.