Y--CAHA 249093 Replace Hatteras Island Trailers
ID: 140P2023R0087Type: Sources Sought
Overview

Buyer

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

PSC

CONSTRUCTION OF FAMILY HOUSING FACILITIES (Y1FA)
Timeline
    Description

    Solicitation from the Department of the Interior, National Park Service, is seeking contractors to replace 13 existing 3-bedroom housing units at the Cape Hatteras Island District housing area with 12 new conventional single family 3BR/4BR commercial off-the-shelf housing units, or similar pre-engineered 3BR/4BR housing solutions. The project includes site-adapted design, construction, demolition, and supervision. The new housing units will include a mix of three and four bedrooms each with two bathrooms each. Two housing units must be fully ABA compliant and all units will be equipped with a residential fire suppression system to meet current safety codes.

    Point(s) of Contact
    Similar Opportunities
    MACA 258051 Replace Seasonal Housing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking input for a construction project titled MACA 258051, aimed at replacing seasonal housing at Mammoth National Park in Kentucky. The project involves the construction of two two-story 12-plex housing units and the demolition of three existing single-story units, along with associated site work, utilities, and hazardous abatement. This initiative is crucial for enhancing the living conditions for seasonal staff and ensuring the sustainability of park operations. Interested parties are encouraged to respond by October 24, 2024, providing details on business size, bonding capabilities, and relevant experience, as the NPS prepares for a Request for Proposal (RFP) expected in Summer 2025, with an estimated project cost between $5 million and $10 million.
    REBUILD FAMILY HOUSING FORT WADSWORTH PHASE I AT U. S. COAST GUARD SECTOR NEW YORK, STATEN ISLAND, NY
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Rebuild Family Housing project at Fort Wadsworth, Staten Island, NY. This design-build project involves the demolition of existing family housing facilities and the construction of new multiplex residential units, including site preparation, utility installation, and landscaping improvements. The initiative aims to modernize living conditions for Coast Guard personnel while adhering to federal regulations and environmental standards. Interested contractors must be part of the National Multiple Award Construction Contract III, Pool One, and submit their proposals by October 29, 2024. For further inquiries, contact Maria (Helen) Chapa-Johnson at maria.e.chapa-johnson@uscg.mil or Gabe Perez at gabriel.d.perez@uscg.mil.
    LIMITED TO PHASE-TWO PARTICIPANTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Pacific, is soliciting proposals for the design and construction of up to 178 duplex and single-family housing units at Andersen Air Force Base in Guam. This project encompasses two phases: H-308, Phase IX, which will construct up to 136 family units, and H-434, Phase X, which will add up to 42 family units, aimed at providing adequate and permanent housing for enlisted personnel and their families. These developments are part of a broader initiative to upgrade family housing facilities to acceptable standards, ensuring quality living conditions for military families in the region. Interested contractors can reach out to Adele Murakami at adele.m.murakami.civ@us.navy.mil or call 808-471-1887 for further details regarding the solicitation.
    PN 103069 SOF Carbon Net Zero Barracks, at Fort Liberty, North Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting proposals for the construction of Carbon Net Zero Barracks at Fort Liberty, North Carolina. This project involves the design and construction of a Permanent Party Unaccompanied Housing facility for 146 personnel, incorporating modern living spaces, common areas, and sustainable features aimed at achieving Net Zero greenhouse gas emissions. The contract, valued between $50 million and $100 million, will utilize a Firm Fixed Price and Fixed-Price Incentive structure, with proposals due by the specified deadlines. Interested contractors must register in the System for Award Management (SAM) and can contact Karri Mares at karri.l.mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further information.
    Direct Lease Housing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking property management companies to participate in a Direct Lease initiative aimed at providing temporary housing for individuals displaced by Hurricane Helene in North Carolina. The procurement focuses on leasing residential properties, including corporate apartments, vacation rentals, and second homes, within a reasonable commuting distance from designated counties affected by the disaster, specifically those listed under FEMA-4827-DR. This initiative is crucial for ensuring that eligible applicants have access to safe and habitable living conditions while they recover from the impacts of the hurricane. Interested parties must submit their capability statements by 5:00 PM EST on November 6, 2024, to Ralph La Rosa at ralph.larosa@fema.dhs.gov, and are encouraged to monitor SAM.gov for further updates regarding the solicitation process.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking contractors for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project requires comprehensive construction services, including mold detection, repairs to both exterior and interior walls, storm shutter restoration, deep cleaning of floor tiles, and the replacement of a propane tank storage structure, all adhering to strict safety and environmental regulations. This initiative is crucial for restoring vital infrastructure within the wildlife refuge, ensuring compliance with federal standards while promoting ecological integrity. Interested contractors should contact Tracy Gamble at tracygamble@fws.gov or call 404-679-4055, with bids due by October 22, 2024, and the project period set from September 30, 2024, to December 31, 2024, with an estimated contract value between $250,000 and $500,000.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park, Arkansas. The project aims to restore critical building systems and features, including roof replacements, with an estimated budget exceeding $10 million, ultimately enhancing visitor experiences and preparing the facilities for adaptive reuse to generate potential lease revenue. This procurement is significant as it focuses on preserving historical structures while improving operational efficiency, and it will be conducted using a Full and Open contracting method to encourage participation from small and disadvantaged businesses. Interested vendors must have an active registration in the System for Awards Management (SAM) and can expect the solicitation to be issued on or after October 15, 2024; for further inquiries, they may contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and Deactivation
    Active
    Homeland Security, Department Of
    Presolicitation notice from the Department of Homeland Security, Federal Emergency Management Agency (FEMA) is seeking support services and construction for its Transportable Temporary Housing Unit (TTHU) mission. The TTHUs include manufactured homes and travel trailers and are used to provide housing to disaster survivors. The scope of work includes transportation, staffing of staging areas, installation and maintenance of housing units, deactivation and transportation to storage sites, site inspections, feasibility assessments, and design and construction services for various sites. The contract will be awarded through full and open competition with a partial small business set aside. The contract type will be Firm Fixed Priced (FFP) and Time and Material (T&M), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ). The base period of performance will be one year, with four one-year option periods.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of historic structures at Fort Yellowstone in Yellowstone National Park, under Solicitation No. 140P2024R0177. The project aims to restore and upgrade the exteriors of seventeen historic buildings, focusing on preserving their historical integrity while addressing necessary structural repairs, including roofing, masonry, and window restorations, in compliance with federal preservation standards. This initiative is crucial for maintaining the cultural heritage of the park while enhancing the facilities for operational use, with an estimated project value exceeding $10 million. Interested contractors must submit their proposals by November 4, 2024, and can contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Bunkrooms
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified small businesses to provide lodging services through a Sources Sought Notice. The requirement includes two individually occupied lodging rooms, centrally located between the Controlled Industrial Areas and the Intermediate Maintenance Facility, with a travel time of 5-10 minutes, and operational availability 24/7 for a duration of 365 days. Each room must be equipped with essential amenities such as a bed, linens, a bathroom, and privacy features, along with parking for two vehicles. Interested parties must submit their capability statements by 3:00 PM HST on October 25, 2024, to the primary contact, Colby Teruya, at colby.m.teruya.civ@us.navy.mil.