Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
ID: 140P2025R0013Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 6:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument and Preserve in Arco, Idaho. The project involves significant renovations to a historic 4,000 square foot Utility Building and the construction of a new 1,600 square foot Snow Equipment Building, focusing on upgrades to electrical, plumbing, HVAC, and fire suppression systems while adhering to historic preservation standards. This initiative is crucial for enhancing park infrastructure and operational capacity, ensuring compliance with federal regulations and environmental stewardship. Interested contractors should note that the estimated construction cost ranges from $1,000,000 to $5,000,000, with proposals due by April 14, 2025. For further inquiries, contact Paula Teague at paula_teague@nps.gov.

Point(s) of Contact
Teague, Paula
(000) 000-0000
(305) 224-7728
paula_teague@nps.gov
Files
Title
Posted
Apr 7, 2025, 2:04 PM UTC
The document outlines specifications for split-system air-conditioning units, specifically focusing on heat-pump units with separate evaporator-fan and compressor-condenser components. Key components include action and closeout submittals, operation and maintenance data, and warranties detailing repair obligations. Quality assurance measures mandate compliance with electrical component standards and ASHRAE regulations concerning safety and air quality. The indoor and outdoor units are specified for capacities of five tons or less, with detailed requirements for insulation, refrigerant coils, fan motors, and controls. Installation guidelines ensure proper mounting, sufficient space for maintenance, and correct tubing connections. Furthermore, field quality control procedures require inspections, leak tests, and operational verifications to ensure all systems function correctly. This document serves as a guideline for contractors responding to federal and state RFPs, reinforcing standards for HVAC system installation and operations that comply with safety and performance regulations.
Nov 27, 2024, 8:34 PM UTC
The National Park Service (NPS) is preparing to release a Request for Proposal (RFP) (140P2025R0013) for rehabilitating operational buildings at Craters of the Moon National Monument and Preserve in Idaho. This initiative will focus on rehabilitating a historic 4,000 square foot Utility Building, including upgrades to electrical, plumbing, climate control, and installing fire suppression systems. Additionally, a new 1,600 square foot storage building will be constructed to house snow equipment. The construction aims to minimize visitor disruption, comply with historic preservation standards, and is expected to take 550 days. This project is a Total Small Business Set-Aside, prioritizing participation from various small business groups. The anticipated construction magnitude ranges from $1 million to $5 million, and contract awards will utilize a Firm-Fixed-Price model. Interested contractors must have a Unique Entity Identification Number and maintain active registration on SAM.gov. The RFP will be available electronically, reflecting NPS’s commitment to ensuring opportunities for small businesses while adhering to federal regulations.
Apr 7, 2025, 2:04 PM UTC
The project CRMO 323904 involves the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. The scope covers the renovation of an approximately 4,000 square foot historic Utility Building, enhancing electrical, plumbing, and climate control systems, and constructing a new 1,600 square foot snow equipment storage building. The project adheres to historic preservation standards approved by the State Historic Preservation Office (SHPO). Construction operations will be conducted under a single prime contract, ensuring minimal impact on public access during the renovation period. Key elements include site work, new utility connections, and extensive interior and exterior upgrades, all while preserving existing vegetation. The contract outlines detailed procedures for management coordination, including site use restrictions, public access management, and comprehensive reporting and monitoring practices. A project website will facilitate communication and document management. The completion of these renovations aims to enhance park operations while preserving the integrity of historic structures.
Apr 7, 2025, 2:04 PM UTC
The document outlines a project proposal for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho, specifically focusing on the Utility Building and a new Snow Equipment Building. The initiative aims to enhance various systems, including electrical, plumbing, telecommunications, and climate control, while preserving the historic fabric of the buildings. Interior renovations will expand office operations, add new restroom facilities, and comply with federal accessibility codes. The project will also address utility upgrades, with updated sewer, electrical, and water connections. Key elements include adherence to multiple applicable codes and standards, such as the International Building Code and the Secretary of the Interior's standards for historic properties. The comprehensive approach will ensure elevated operational capacity while maintaining adherence to safety and accessibility requirements. Overall, the proposal reflects a commitment to modernizing facilities within a historical context, facilitating continuity on this federally protected site.
Apr 7, 2025, 2:04 PM UTC
The document pertains to federal and state/local Requests for Proposals (RFPs) and grants, outlining essential information for agencies seeking funding opportunities. Central to this file is the framework for applying, eligibility requirements, and guidelines for proposal submission. It elaborates on the necessary documentation and compliance standards that applicants must meet to qualify for funding. Focused on transparency and accountability, the guidelines emphasize the evaluation criteria and selection process, ensuring a fair assessment of proposals. Supporting details include specific program objectives, funding limitations, and deadlines for applications. In a broader context, this document aims to facilitate access to governmental resources for varying sectors, encouraging projects that align with federal and state priorities. This assistance is vital for addressing community needs and promoting economic development while fostering innovation and sustainability in proposed initiatives.
Apr 7, 2025, 2:04 PM UTC
The Past Performance Questionnaire, part of Solicitation No. 140P2025R0013, is designed for offerors to evaluate contractor performance based on previous projects. It outlines a structured process where offerors complete initial sections and submit them to references for evaluation. The document emphasizes that the information collected is sensitive and should not be used for promotional purposes by the contractors. The questionnaire encompasses various sections for contractor details, contract history, project descriptions, and evaluations across several performance areas, including quality, schedule management, cost control, management, and regulatory compliance. Each section allows references to rate performance from "Exceptional" to "Unsatisfactory," providing specific comments that support these ratings. Finally, the completed questionnaires are to be returned to the National Park Service Denver Service Center, ensuring a thorough assessment of the contractor's capabilities for future contracts. This process is pivotal for ensuring transparency and accountability in government contracting.
Apr 7, 2025, 2:04 PM UTC
The document outlines a Contract Price Schedule for the National Park Service's solicitation number 140P2025R0013, focusing on the rehabilitation of operational buildings at Idaho Parks. It details the pricing structure for various project components, including utility and snow equipment buildings, as well as several optional enhancements like open office space and archeological monitoring. Offerors must provide both unit prices and total prices for specific line items while adhering to conditions regarding calculations and summations. The schedule establishes a clear framework for bids, emphasizing the need for conformity with solicitation documents to ensure acceptance. The overall aim is to facilitate a competitive bidding process while ensuring comprehensive proposals that reflect the project's scope and financial requirements.
Apr 7, 2025, 2:04 PM UTC
This document relates to Contract Number RFP 140P2025R0013, which involves a total small business set-aside for construction services with a performance period yet to be determined, expected to span 550 calendar days. The contract stipulates that a maximum of 85% of any work can be subcontracted to non-similarly situated subcontractors (NSS). Currently, no payments have been invoiced by the prime contractor or any subcontractors. The report includes calculations for participation percentages and outlines the requirement for corrective actions if the subcontracting percentages do not comply with federal regulations. It specifies that similarly situated subcontractors (SSS) must meet specific Small Business Administration (SBA) program requirements and limits on subcontracting are underscored. The document highlights the necessity for compliance with government regulations regarding small business participation in federal contracts, ensuring that a significant portion of the work remains with eligible small businesses throughout the contract duration.
Apr 7, 2025, 2:04 PM UTC
The document serves as a justification for the procurement of brand name construction services for the renovation of operational buildings at Craters of the Moon National Monument and Preserve, under Solicitation No. 140P2025R0013, issued by the National Park Service (NPS). The focus is on utilizing a specific fire alarm system compatible with the existing Silent Knight 5700 fire alarm control panel during the rehabilitation of a maintenance building and a snow equipment building. The estimated value of this unique requirement is $11,910.00, and it falls under the statutory authority permitting limited competition, specifically FAR 6.302-1, due to the necessity for unique qualifications. Efforts were made to attract potential sources for solicitation, but further market research was deemed unnecessary given the existing compatibility requirements provided by the design team. The importance of maintaining the current fire alarm infrastructure is emphasized, as any changes would necessitate extensive replacements beyond the project’s scope. Assertions of fair and reasonable cost estimates were made by the Contracting Officer, underscoring the agency's commitment to compliance, compatibility, and obtaining quality service within the specified budget.
Apr 7, 2025, 2:04 PM UTC
The document outlines a Request for Proposal (RFP) issued by the National Park Service (NPS) for the rehabilitation of operational buildings at Craters of the Moon National Monument and Preserve in Idaho. This construction project, classified as a Competitive Total Small Business Set-Aside, encompasses the renovation of an approximately 4,000 square foot historic Utility Building and the construction of a 1,600 square foot Snow Equipment Building. The total project cost is estimated between $1,000,000 and $5,000,000. Key tasks involve upgrading various systems, including electrical, plumbing, and climate control, while adhering to preservation standards mandated by the State Historic Preservation Office. The timeline for contractor performance is specified as 550 calendar days, with strict oversight concerning work quality and compliance through regular inspections by the Government. Furthermore, the document details the bidding and proposal submission process, advising offerors on mandatory sections to complete, submission deadlines, and the importance of adhering to contract clauses regarding payments and performance monitoring. The RFP underscores the government’s commitment to high-quality construction while ensuring small businesses have fair access to federal contracting opportunities.
The National Park Service (NPS) is soliciting proposals for the rehabilitation of operational buildings at Idaho Parks, specifically the Crater of the Moons National Monument. The project encompasses significant renovations to the historic 4,000 square foot Utility Building, which will receive updated electrical, plumbing, HVAC, and fire suppression systems, along with insulation improvements and restoration of historic features. A new 1,600 square foot storage building will be constructed for snow equipment, featuring utility sinks and vehicle wash bays. Contractors must submit a Firm-Fixed-Price offer that includes detailed pricing for the base and optional line items. The contract stipulates compliance with federal regulations, including quality assurance and inspection protocols, as well as adherence to all applicable safety and environmental standards. It emphasizes the requirement for timely completion of construction and establishes penalties for delays. This procurement reflects NPS's commitment to upgrading its infrastructure to enhance operational capacity while respecting the historical significance of the buildings involved.
Apr 7, 2025, 2:04 PM UTC
Atlas Technical Consultants, LLC conducted an asbestos and lead survey at the Maintenance Building located at 1266 Craters Loop Road, Arco, Idaho, prior to a planned renovation. The asbestos survey, performed on July 27, 2022, found no asbestos-containing materials (ACMs) in the building, though the report cautioned that hidden ACMs may still be present. Limited destructive testing revealed no detectable asbestos, and any renovation activities may require additional sampling if materials are disturbed. The lead survey, conducted using an X-Ray Fluorescence Spectrometer (XRF), identified lead-based paint (LBP) on exterior window frames, door frames, and a painted pegboard within the woodshop. The waste characterization results showed lead levels below hazardous limits for materials designated for disposal. Contractors are advised to follow OSHA regulations concerning lead exposure during demolition or disturbance activities. This assessment is crucial for ensuring environmental safety and regulatory compliance during upcoming renovations. The comprehensive findings from ATLAS serve as an essential foundation for risk management in the project's context, aligning with government requirements for hazardous material evaluations in public structures.
Built Environment Evolution (BEE) conducted a comprehensive analysis of paint and concrete masonry unit (CMU) samples at Craters of the Moon National Monument in Arco, Idaho, for Anderson Hallas Architects. Six paint samples from various exterior locations were tested using techniques such as cross-section microscopy, X-ray fluorescence (XRF), porosity, and density testing, along with asbestos assessment. The results highlighted a consistent original paint color identified as Munsell 10R 3/4, matched to Benjamin Moore's Arroyo Red. The paint deterioration observed correlated with potential overspray from a masonry sealant applied in the 1960s-70s. For the two CMU samples, XRF analysis revealed similar elemental compositions, indicating a high chloride content associated with a hydrophobic surface coating. Porosity testing followed ASTM standards yielded similar results for both samples, with porosity readings of around 4.25%. Importantly, no detectable quantities of hazardous materials such as lead or asbestos were found. The findings suggest that any future work on these structures should consider the existing sealants’ resistance to new coatings and the methods for potential removal. This detailed documentation supports preservation efforts, ensuring compliance with historical restoration standards.
Apr 7, 2025, 2:04 PM UTC
The document addresses questions related to a government's Request for Proposal (RFP), specifically regarding submissions for construction or related services. Key discussions focus on submission guidelines, including a 5-page limit for certain documentation, requirements for font size, and clarifications on the inclusion of CPARS and PPQs in proposals. Additionally, it covers inquiries about hazardous material testing, confirming the existence of relevant surveys from July 2022 and December 2023. The government affirms that positive findings from these tests should direct contractors to abide by existing abatement plans. The document also discusses deadlines for Requests for Information (RFIs) and the acceptable formats for electronic submissions, allowing a single PDF for both Technical and Business & Price proposals. Overall, the document elucidates procedural and compliance aspects pertinent to the RFP process, ensuring that contractors have clear guidelines on how to proceed in their submissions and safety considerations concerning hazardous materials.
Apr 7, 2025, 2:04 PM UTC
The document outlines a list of construction companies and key personnel involved in a site visit scheduled for February 24, 2025. Various businesses are represented, including Barrier Building, JMG Constructors, and Pioneer Waterproofing Company, with contact information provided for project managers, estimators, and superintendents. This compilation not only identifies local contractors in the construction sector but also serves as a database of participants likely involved in upcoming federal or state RFP processes related to construction projects. The emphasis on project managers and estimating specialists indicates a focus on aligning project costs and oversight, essential for meeting government contractual standards. The detailed contact information allows for easy communication, illustrating an organized approach to engaging potential contractors. As the government often seeks competitive bids for construction and related services, this document plays a crucial role in the acquisition strategy for federal grants or local RFPs, ensuring transparency and inclusivity during the selection process. Such documentation assists in identifying capable firms ultimately contributing to project success and compliance with government regulations.
Apr 7, 2025, 2:04 PM UTC
The document outlines responses to questions regarding Request for Proposals (RFP) CRMO 140P2025R0013, focusing on technical requirements, proposal submissions, and hazardous material assessments. Key directives include a 5-page limit for Past Performance Questionnaires (PPQ), acceptable font size (minimum 11-point), and clarification that CPARS documentation is not required. Asbestos surveys conducted in 2022 and 2023 reveal findings on hazardous materials, with the government providing related plans for abatement. No exemptions for sales tax are available, and site visits have concluded. Proposal deadlines have been extended to allow for comprehensive responses. Clarifications on security systems, door specifications, and electrical requirements are specified, indicating that contractors must coordinate various construction elements while adhering to provided specifications. Both the scope of work and contractor responsibilities, such as on-site quality control and the handling of existing materials, are emphasized. The document demonstrates the government's commitment to thorough documentation and safety while ensuring clarity for contractors in the bidding process. Overall, it helps prepare contractors for successful proposal submissions amidst regulatory requirements and project complexities.
Apr 7, 2025, 2:04 PM UTC
The document outlines the electrical power plan for the Snow Building at Craters of the Moon National Monument and Preserve, as part of a larger government project. It details the requirements for electrical installations, including weatherproof receptacles for vehicle block heaters and infrastructure for future electric vehicle (EV) chargers. Specific tasks are assigned to the electrical contractor (EC), including the installation of dedicated circuits for various uses, such as overhead door motors and environmental sensors. The document includes a keynote legend specifying responsibilities, circuit designations, and connection guidelines, emphasizing adherence to local building codes and safety standards. This project ultimately aims to enhance facility functionality while ensuring compliance with governmental regulations. The information is critical for ensuring that all electrical installations meet operational needs and safety requirements for federal infrastructure projects.
Apr 7, 2025, 2:04 PM UTC
Apr 7, 2025, 2:04 PM UTC
The document outlines the specifications and features of Thermacore® Insulated Sectional Doors, specifically models 592 and 599, designed for commercial and industrial applications. These doors boast high thermal efficiency, with an R-value of 17.50 and a U-value of .057, making them energy-efficient solutions that minimize thermal transfer and air infiltration. Constructed with durable materials, such as foamed-in-place polyurethane insulation and hot-dipped galvanized steel, they are built for high-cycle use and withstand demanding conditions. Standard features include customizable colors, thermal breaks, and options for electric operators and glazing. The doors are backed by robust warranties, including a 10-year warranty against delamination. The document also emphasizes the advantage of using Overhead Door Corporation products due to their legacy of innovation and quality since 1921. This technical description serves as a comprehensive resource for architects and construction professionals in determining door solutions for federal, state, and local projects, aligning with government RFPs and grant requirements for energy efficiency and safety in building materials.
Apr 7, 2025, 2:04 PM UTC
The document outlines the Rehabilitation of Operational Buildings project at Craters of the Moon National Monument in Idaho, managed by the National Park Service. It details the involvement of various engineering firms, including architectural, structural, civil, mechanical, electrical, and fire protection consulting services. The project is designated as the final 100% construction drawing and includes documentation such as project drawings, certifications, and approval dates critical for adherence to federal guidelines. The timeline indicates that the project is to be completed by January 24, 2025. The file serves as part of the proposal documentation needed for compliance with federal grants and RFPs, ensuring all renovations meet national standards and preserve the monument's integrity while modernizing facilities. This initiative reflects the government’s commitment to maintain and improve park infrastructure for public use and environmental stewardship.
This document serves as an Architect’s Supplemental Information (ASI) from Anderson Hallas Architects to the National Park Service (NPS) regarding updates to refrigerant requirements for the CRMO Rehabilitate Operational Buildings project in Idaho. The ASI, dated January 24, 2025, outlines specific changes made to project drawings and specifications to comply with updated refrigerant regulations. Key updates include the revision of the title block on Sheet 1 and the addition of ASHRAE 15 refrigerant calculations on Sheet 70. Significant specification changes include replacing refrigerant R-410A with R-454B and R-32 across various sections, particularly in the refrigerant piping and split system air conditioners specifications. This shift reflects compliance with new standards for environmentally friendly refrigerants, ensuring the project aligns with both regulatory requirements and environmental considerations. Overall, the ASI aims to inform project stakeholders, including project manager Michael Quinn and other NPS officials, of these crucial updates, underlining the commitment to sustainable practices in facility rehabilitation projects.
Apr 7, 2025, 2:04 PM UTC
The document outlines mechanical air conditioning and ventilation requirements for the renovation at Craters of the Moon National Monument and Preserve. It emphasizes adherence to SMACNA standards, local jurisdiction guidelines, and the necessity for contractors to verify existing conditions. Contractors must ensure proper installation of ductwork, including providing access panels for maintenance and coordinating with other trades to resolve potential conflicts. Additionally, detailed calculations on outside air requirements per room, refrigerant charge specifications, and equipment installation guidance are provided, ensuring compliance with ASHRAE standards for efficiency and safety. The focus remains on maintaining robust mechanical systems conducive to effective airflow and energy efficiency while prioritizing coordination, safety, and compliance throughout the project. The comprehensive approach signals the government's commitment to modernizing infrastructure while ensuring environmental and regulatory standards are met.
Apr 7, 2025, 2:04 PM UTC
The document outlines specifications for refrigerant piping as per Section 23 23 00, detailing requirements for various components, including pipes, valves, and refrigerants, to be used in refrigeration systems. It includes action submittal protocols, performance requirements, quality assurance standards, and installation guidelines focused on different refrigerants such as R-454B and R-32. Key points include the specifications for copper tube types and fittings, detailing installation practices that adhere to ASHRAE and ASME standards. The document emphasizes the importance of proper piping configuration, valve placement, and installation techniques to ensure operational efficiency and compliance with safety codes. Furthermore, it outlines the quality control measures, including testing and inspection procedures to ensure leak-proof and reliable systems. The overarching purpose of this document is to provide clear guidelines for contractors and engineers bidding on government RFPs related to refrigeration systems, ensuring consistency, safety, and adherence to regulatory compliance within federal and state grant projects. Accurate implementation is vital for project success, compliance with safety codes, and effective refrigeration system performance.
Apr 7, 2025, 2:04 PM UTC
The document is an amendment to the solicitation for the project titled "Rehabilitate Operational Buildings at Idaho Parks" at Craters of the Moon National Monument and Preserve, Arco, ID. The main purpose of the amendment is to extend the proposal submission deadline from March 7, 2025, to March 24, 2025, at 11:00 AM MST. Additionally, it specifies updates to certain drawing files and specification sections, along with information about a scheduled site visit on February 24, 2025, at 12:00 PM MST at the Robert Limbert Visitor Center. To comply with this amendment, contractors must acknowledge receipt by specified methods prior to the proposal deadline. The document also outlines requirements for modifying previously submitted offers and emphasizes the necessity for timely acknowledgment to avoid rejection. Overall, the amendment serves to provide critical updates necessary for prospective contractors to prepare their submissions effectively.
Apr 7, 2025, 2:04 PM UTC
The document details an amendment to the solicitation for a project titled "Rehabilitate Operational Buildings at Idaho Parks" at Craters of the Moon National Monument and Preserve in Arco, ID. The amendment's objectives include reattaching previously omitted documents, providing a list of site visit attendees, and addressing questions raised during the site visit. Additionally, it offers the current Masonry and Paint and Asbestos Containing Material Analysis. Importantly, the submission deadline for proposals has been extended from March 24, 2025, to March 31, 2025. Questions from contractors are also to be accepted until 10 days before the revised closing date. The amendment underscores the importance of acknowledging receipt to prevent offer rejection and indicates that all other terms and conditions of the original solicitation remain unchanged. This amendment reflects standard practices in government Requests for Proposals (RFPs), ensuring clarity and thoroughness in the solicitation process to facilitate compliance and informed bidding.
Apr 7, 2025, 2:04 PM UTC
The document pertains to the amendment of a governmental solicitation for the rehabilitation of operational buildings at Craters of the Moon National Monument and Preserve in Idaho, specifically contract number CRMO 323904. The primary purpose of the amendment is to extend the proposal due date from March 31, 2025, to April 7, 2025. It outlines the methods by which contractors can acknowledge receipt of this amendment, emphasizing the importance of timely acknowledgment to avoid rejection of proposals. Additionally, it stipulates that any changes to already submitted offers must also be communicated accordingly before the new due date. The document highlights provisions and requirements consistent with federal contracting regulations, ensuring that all terms and conditions remain unchanged except for the proposal deadline. The overall intent is to facilitate the solicitation process while maintaining compliance with federal contracting policies.
Apr 7, 2025, 2:04 PM UTC
The document pertains to Amendment 0004 of solicitation number 140P2025R0013, which involves the "Rehabilitate Operational Buildings at Idaho Parks" project at Craters of the Moon National Monument and Preserve. The amendment serves to clarify contractor questions, incorporate additional design documentation, and update several clauses pertinent to the contract. Key modifications include the inclusion of product descriptions, updates to sustainability-related clauses, and provisions for compliance with biobased product certifications. Additionally, certain provisions and clauses have been removed, streamlining the requirements for contractors. The amendment requires contractors to acknowledge receipt and comply with updated terms to avoid rejection of their offers. Overall, this document outlines critical updates to the solicitation process, emphasizing adherence to sustainability and competitive standards within the context of federal contracting.
Apr 7, 2025, 2:04 PM UTC
The document is an amendment to the solicitation for the Rehabilitate Operational Buildings project at Craters of the Moon National Monument and Preserve in Idaho. The primary purpose of this amendment, numbered 140P2025R0013, is to extend the proposal due date to April 14, 2025, at noon Mountain Time. The document outlines the necessary procedures for contractors to acknowledge receipt of the amendment, which may include submitting copies of the amendment with proposals, or via separate communications referencing the solicitation and amendment numbers. It specifies that failure to acknowledge receipt could lead to rejection of the offer. Additionally, modifications to existing contracts or orders are referenced, ensuring compliance with federal acquisition regulations. All terms and conditions remain unchanged except for the amended due date. This document reflects the government’s ongoing solicitation processes, emphasizing the importance of communication and compliance in federal contracting and grant contexts.
Apr 7, 2025, 2:04 PM UTC
The document is a federal solicitation for construction services titled "Rehabilitate Operational Buildings at Idaho Parks," specifically for the Craters of the Moon National Monument in Arco, Idaho. The solicitation number is 140P2025R0013, issued on February 7, 2025, and is part of a Competitive Total Small Business Set-Aside. The estimated construction cost is between $1,000,000 and $5,000,000, and it is governed by various FAR regulations. Offerors are encouraged to submit sealed bids and are required to comply with specific performance and payment bond requirements. The proposal submissions must include adherence to the provided drawings and specifications, with considerations for alternative materials outlined in the associated FAR clause. A crucial note indicates that funding for the project is not currently available, yet there is an expectation that it will become available before award issuance. The government maintains the right to cancel the solicitation at any time without incurring costs for bidders. Overall, this solicitation reflects the government's ongoing commitment to enhancing infrastructure while ensuring compliance with procurement regulations.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Z--Crater of the Moon REPAIR INTERIOR OF BATHROOM
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor for the interior repair of the campground bathroom facility at Craters of the Moon National Monument in Arco, Idaho. The project involves providing all necessary labor, materials, and equipment to restore and enhance the functionality, safety, and cleanliness of the facility, including tasks such as floor leveling, epoxy coating replacement, and the installation of new sinks, toilets, and urinals. This procurement is crucial for maintaining public use standards and ensuring accessibility, with an estimated contract value of less than $35,000. Interested small businesses must register in the System for Award Management (SAM) and can expect the solicitation to be posted around May 1, 2025, with proposals due within 30 days of posting; inquiries should be directed to Geraldine Larsen at geraldinelarsen@nps.gov.
Z--Crater of the Moon INSTALLATION OF NEW WINDOWS
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the installation of new exterior operable windows at Craters of the Moon National Monument in Arco, Idaho. The project involves cutting new openings in an existing brick wall and installing three energy-efficient operable sliding windows in individual offices that currently lack exterior windows, adhering to applicable building codes and NPS facility standards. This installation is crucial for enhancing the functionality and energy efficiency of the offices within the monument. The solicitation is expected to be posted on or around May 1, 2025, with a contract value estimated at less than $25,000. Interested small businesses must have an active vendor record in SAM.gov and can direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov, as phone calls are not accepted.
NIFC 300 JWH MPR Suite
Buyer not available
The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the renovation of the NIFC 300 JWH MPR Suite and NICC Repairs at the National Interagency Fire Center in Boise, Idaho. This project involves comprehensive renovations, including demolition, remodeling, and upgrades to meet current safety and operational standards, with a focus on enhancing functionality for government personnel. The work is critical for modernizing facilities that support interagency coordination during fire seasons, ensuring compliance with federal regulations and labor standards. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Matthew Steele at masteele@blm.gov or call 208-387-5130.
Z--NIFC 210 RMP Insulation Replacement
Buyer not available
The Bureau of Land Management (BLM) is preparing to issue a solicitation for the replacement of insulation at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves replacing exposed polyisocyanurate rigid board insulation with compliant materials at the NIFC 210-Ramp Services, ensuring adherence to building codes and the Buy American Act. This construction work is significant for maintaining the facility's operational integrity and is expected to commence in Summer 2025, with a contract value estimated between $100,000 and $250,000. Interested contractors should monitor www.sam.gov for the solicitation release around February 2025 and are encouraged to attend a site visit to fully understand the project requirements; for inquiries, contact Matthew Steele at masteele@blm.gov or 208-387-5130.
SALMON CREW QUARTERS CONSTRUCTION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the construction of Salmon Crew Quarters in Salmon, Idaho. This project involves the design and construction of a factory-built facility encompassing approximately 3,465 square feet, intended to provide living accommodations for fire response teams, including ten bedrooms, a kitchen, and recreational areas. The selected contractor will be required to adhere to specific building codes and standards, complete the project within 730 calendar days, and ensure compliance with federal regulations, with an estimated contract value between $1 million and $5 million. Interested parties should contact Kassandra Hicks at khicks@blm.gov or by phone at 918-679-4674 for further details, and must submit their proposals by the specified deadlines outlined in the solicitation documents.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
Y--REHABILITATE 4 LAZY F RANCH PHASE I GRTE 237343
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the 4 Lazy F Ranch cabins as part of a design/build project at Grand Teton National Park in Wyoming. The project involves installing a new sanitary sewer collection system and a potable water distribution system, with an estimated construction cost between $1 million and $5 million. This initiative is crucial for restoring the water and wastewater systems to support seasonal park housing, ensuring compliance with operational standards and enhancing visitor experience. Interested businesses are encouraged to respond to the Special Notice by May 9, 2025, and can direct inquiries to Jason Longshore at JasonLongshore@nps.gov or by phone at 303-969-2288.
Y--GAOA BAYHORSE RECREATION SITE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking qualified small businesses to undertake repairs and upgrades at the Bayhorse Recreation Site in Custer County, Idaho. The project aims to enhance recreational infrastructure, reflecting the federal government's commitment to improving public facilities. The contract is valued between $250,000 and $500,000, with a performance period of 180 days following the notice to proceed, and proposals are expected to be due approximately 30 days after the anticipated RFP issuance around May 12, 2025. Interested contractors must have a Unique Entity ID (UEI) and an active System for Award Management (SAM) profile, and can contact Patricia Fort at pfort@blm.gov or by phone at 208-373-3910 for further information.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
Y--JOMU IRRIGATION SYSTEM REHABILITATION
Buyer not available
The Department of the Interior, National Park Service, is soliciting quotes for the rehabilitation of the irrigation system at the John Muir National Historic Site. The project involves replacing a failing irrigation system that has been in place for 15 to 30 years, which is crucial for maintaining the park's historic landscape, including ornamental trees, orchards, and gardens across nine acres. This procurement is set aside for small businesses, with an estimated construction cost ranging from $100,000 to $250,000, and proposals are due by 12:00 PM Pacific Standard Time on May 15, 2025. Interested contractors should direct inquiries to Brian Roppolo at brianroppolo@nps.gov, and all work must comply with federal regulations and environmental standards.