Y--BICY 229154
ID: 140P2024R0084Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at john_babcock@nps.gov or by phone at 303-969-2626.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation document outlines the request for proposals to construct a fire station at Big Cypress National Preserve Headquarters Complex in Florida. This project is set aside for women-owned small businesses, with an estimated cost between $1 million and $5 million. Proposals must adhere to specific submission guidelines, including the completion of required performance and payment bonds. A pre-proposal site visit is suggested to provide potential contractors with clarity on project requirements, which include building a 5,142 square foot facility comprising offices, a kitchen, a gym, and utility systems. The project also addresses environmental factors, ensuring compliance with ADA standards and stormwater management. Contractors must commence work within 10 days of notification, completing it within 365 days, or face liquidated damages for delays. The submission process includes electronic invoicing through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). Overall, this project emphasizes the government's initiative to foster small business participation while ensuring adherence to construction regulations and quality standards.
    This file presents the General Wage Determination for Heavy Construction Projects in Miami-Dade County, Florida, under the Davis-Bacon Act. It outlines applicable minimum wage rates for various labor classifications in construction, specifying rates per hour and fringe benefits for workers based on their job roles. The document highlights that contracts starting or renewed after January 30, 2022, must comply with Executive Order 14026, mandating a minimum hourly wage of $17.20, while contracts awarded between January 1, 2015, and January 29, 2022, must meet Executive Order 13658's rate of $12.90. Each classification includes details on wages, such as Electricians earning $39.81 and Laborers earning rates as low as $7.25. Notably, it also addresses compliance with Executive Order 13706 regarding paid sick leave for contractors. The document includes procedures for appealing wage determinations and emphasizes contractor responsibilities under these labor standards. Overall, it ensures fair compensation for workers and compliance with federal regulations in government contracting.
    The Project Experience Questionnaire is a solicitation document (140P2024R0084) designed for contractors to submit responses detailing their project experience relevant to the specified criteria. Contractors must provide project titles, locations, descriptions, and contact information for project owners. Additionally, they are required to list contractors involved in the referenced project, including their roles, trades, pricing, and performance periods. The document consists of specific questions aimed at evaluating contractors' previous project work, addressing changes in pricing and scheduling, identifying problems encountered and their resolutions, and discussing successful means and methods of work. Contractors are also encouraged to include any additional information that may support their experience and qualifications. The purpose of the questionnaire is to assess the capabilities and past performance of contractors in relation to upcoming federal and local project solicitations, ensuring that only qualified bidders are considered for award. It seeks to evaluate everything from project execution to problem-solving and adherence to timelines, highlighting the importance of comprehensive experience in competitive bidding. This structured approach aims to ensure that selected contractors not only possess the necessary technical skills but also demonstrate reliability and effectiveness in managing project challenges.
    The Past Performance Questionnaire (Solicitation No. 140P2024R0084) is designed for federal contractors to evaluate their prior project experience as part of the bidding process. Offerors complete initial sections to provide company and contract details, including project title, contract number, and scope of work. References fill out evaluation sections assessing the contractor's performance across various criteria: Quality, Schedule & Time Management, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance. Each area is rated from "Exceptional" to "Unsatisfactory," with comments supporting the evaluation ratings encouraged. This questionnaire is classified as Source Selection Sensitive, meaning that submitted information cannot be used to endorse the contractor for promotional purposes. The overarching goal is to gather source selection information to support the contracting officer's decision-making process while ensuring compliance with federal regulations. The National Park Service's Denver Service Center is identified as the organization overseeing this process, with clear instructions for returning completed questionnaires.
    The National Park Service (NPS) has issued a Contract Price Schedule Template for the solicitation concerning the new construction of a Fire Operations Center at Big Cypress National Preserve. The document outlines the pricing structure for various contract line items (CLIs), including site work and building, with options for extending the roof and slab, interior door lites, and a photovoltaic system. Offerors must submit proposals that align with the solicitation documents, including pricing for both the base line items and all specified options. The total proposed price incorporates the base and optional items, ensuring clarity on calculations and corrections in pricing. This schedule is instrumental for contractors in preparing their bids, emphasizing the need for detailed attention to all listed requirements and pricing accuracy to comply with the federal government's contracting standards.
    The document appears to be a government file related to Requests for Proposals (RFPs), federal grants, and state and local funding opportunities. However, the text is corrupted or poorly formatted, making it difficult to extract specific details regarding programs or initiatives being funded. It hints at coordination between agencies, possibly addressing various service provisions or project requirements. The fragmented data includes references to compliance, grant applications, and procedural guidelines for responding to RFPs. The tone suggests an emphasis on structured processes and adherence to regulations within the framework of government funding, highlighting essential protocols that organizations must follow when applying for grants or contracts. Overall, the main purpose seems to inform stakeholders about available funding opportunities while advising them on the procedural steps necessary to engage with federal and state agencies. The clarity and precision typically expected in such documents are compromised due to the formatting issues, necessitating further investigation or a request for a clean version for accurate interpretation and action.
    This report is a compliance document required for 8(a) or socio-economic set-aside service contracts exceeding $150,000. It includes essential fields such as contract number, prime contractor name, total contract price, type of set-aside (specifically for Women-Owned Small Businesses - WOSB), and the performance period. Key participation calculations need to be provided, detailing amounts invoiced by the prime contractor and amounts paid to both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS). The report outlines specific participation requirements based on the type of service, mandating that a minimum percentage of contract costs be performed by the prime contractor's own employees. If the prime contractor fails to meet participation percentage requirements, they must submit a corrective action plan. This document is critical for ensuring compliance with federal contracting regulations, fostering small business participation, and promoting socio-economic goals in federal procurement processes.
    The National Park Service is initiating the construction of a Fire Operations Center at Big Cypress National Preserve in Ochopee, Florida. The project involves a single prime contract that includes various engineering and architectural services provided by multiple licensed professionals. The construction documents detail specific responsibilities for civil, structural, plumbing, HVAC, and electrical engineers. The project is structured into several sections, outlining procurement and contracting requirements, general requirements, existing conditions, and environmental considerations, among others. It emphasizes the importance of careful project management, including construction scheduling, safety requirements, and adherence to guidelines for temporary facilities and environmental protection. Additional stipulations include guidelines for contractor site use, public safety during construction, and coordinating with governmental agencies for necessary permits. The objective is to ensure efficient execution of the project while safeguarding natural features and aligning with National Park regulations, demonstrating a commitment to improving fire response capabilities in protected areas.
    The document outlines the proposal for a new Fire Operations Center at Big Cypress National Preserve in Ochopee, Florida. The project involves constructing a one-story, 5,142 square feet facility classified as a Business occupancy (Group B) under the International Building Code (IBC). It is designed for emergency services use, specifically as a shelter during events of high-velocity hurricane winds. The key project details include a construction type of II-B, compliance with various building codes, and significant focus on energy efficiency. The center, which accommodates up to 42 persons, features an overall allowable building height of 60 feet; however, the actual height is set at less than 25 feet. The design incorporates life safety measures and detailed plans for utilities, plumbing, and mechanical systems, ensuring adherence to federal and state regulations. The document emphasizes the importance of safety during construction, requiring compliance with environmental regulations, utility management, and soil stabilization measures. It outlines the measures taken to meet fire protection standards and maximum egress requirements. This comprehensive approach reflects the project’s commitment to functionality and safety for both operational efficiency and public use.
    The document is a federal solicitation for the construction of a fire station at Big Cypress National Preserve Headquarters in Florida, designated as solicitation number 140P2024R0084. This project is a set-aside for women-owned small businesses, with an estimated budget ranging from $1 million to $5 million. A pre-proposal site visit is encouraged, and the contract will only be awarded once funds become available, indicating that it is currently unfunded. The performance period is projected to begin on November 1, 2024, and end on October 30, 2025. Specific terms include the requirement for bids to be submitted in a sealed format along with performance and payment bonds. The invitation details the importance of adhering to mandated requirements and underscores that offers submitted after 365 calendar days will not be considered. Contractors are instructed to refrain from using SAM.gov for communications regarding this solicitation, highlighting the expectation for direct engagement through provided contact information. Overall, this RFP outlines necessary steps and guidelines for potential offerors while emphasizing regulatory compliance and safety in the construction process.
    Lifecycle
    Title
    Type
    Solicitation
    Y--BICY 229154
    Currently viewing
    Presolicitation
    Sources Sought
    Similar Opportunities
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    Y--03 - CON - Disaster, Grizzly Flats Guard Station R
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the design and construction of the Grizzly Flats Guard Station Rebuild project, which aims to enhance firefighting capabilities in the Eldorado National Forest. The project includes constructing an engine garage, four barracks, and essential utility infrastructure, with a strong emphasis on sustainable building practices and backup power solutions due to the area's vulnerability to power outages. This initiative is critical for supporting local firefighting operations and improving community safety, with an estimated construction cost exceeding $10 million. Interested small business contractors must submit their proposals by October 30, 2024, and can direct inquiries to Christopher Keck at christopher.keck@usda.gov or call 402-657-3092.
    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.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    Canaveral National Seashore - NP SER PMS FY24(1)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Canaveral National Seashore pavement preservation project (NP SER PMS FY24(1)) in Florida. The project aims to enhance approximately 16.33 miles of roadways and parking areas using various preservation techniques, including micro surfacing and full-depth patching, while adhering to strict environmental guidelines to protect local ecosystems. This initiative is crucial for maintaining infrastructure within national parks, ensuring accessibility and safety for visitors. Bids are due by October 3, 2024, at 2:00 p.m., with an estimated contract value between $5 million and $10 million, and interested parties can contact Shirley A. Anderson at eflhd.contracts@dot.gov or 703-948-1407 for further details.
    Z--FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with proposals expected to be submitted by the specified deadlines, and the estimated construction cost exceeding $10 million.
    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.
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in McCall, Idaho, specifically within the Payette National Forest. This project involves critical construction activities, including the installation of new utilities, demolition of existing structures, and the construction of a new laundry facility, all aimed at improving housing infrastructure for government employees. The contract is set aside for small businesses, with a total estimated value between $250,000 and $500,000, and the performance period is scheduled from September 30, 2024, to October 30, 2025. Interested contractors must submit their proposals by September 23, 2024, at 5:00 PM EST, and can direct inquiries to Brenda Simmons at brenda.simmons@usda.gov.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    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.