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
    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 in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paula_teague@nps.gov for further information.

    Point(s) of Contact
    Teague, Paula
    (000) 000-0000
    (305) 224-7728
    paula_teague@nps.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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 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.
    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.
    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
    Similar Opportunities
    Z--Craters of the Moon NP: Rehab Restroom
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of restroom facilities at the Visitor Center of Craters of the Moon National Monument & Preserve in Idaho. The project aims to enhance accessibility and functionality, ensuring compliance with federal standards, including the Americans with Disabilities Act (ADA). This initiative is crucial for improving visitor experiences at the park while adhering to safety and regulatory requirements. Proposals are due by March 17, 2025, with the contract period set from April 14, 2025, to February 16, 2026. Interested parties should direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov.
    Y--BICY 229154
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex, designated as project number 140P2024R0084. The project involves constructing a 5,142 square foot facility that includes administrative spaces and utilities, with an estimated contract value between $1 million and $5 million. This initiative is part of the government's efforts to enhance infrastructure within national parks, ensuring safety and operational efficiency. Interested bidders, particularly women-owned small businesses, must submit their proposals by February 28, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--YELL 338221 - Bridge Preservation - 5 Bridges
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a bridge preservation project involving five bridges in Yellowstone National Park. The project encompasses various restoration tasks, including spall repair, crack sealing, hydrodemolition, and structural steel painting, with an estimated construction cost ranging from $1 to $5 million. This initiative is crucial for maintaining the integrity of park infrastructure while ensuring the protection of sensitive resources during construction. Interested businesses must submit their qualifications, bonding capacity statements, and relevant experience by February 6, 2025, to Shellie Murphy at shelliemurphy@nps.gov or by phone at 720-610-2690.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, under the Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana. The project encompasses site preparation, demolition of existing facilities, installation of concrete toilets, and construction of associated infrastructure, including sidewalks, while adhering to environmental regulations and safety standards. This initiative, funded under the Great American Outdoors Act, aims to enhance visitor facilities and support small businesses, with an estimated budget between $100,000 and $250,000. Contractors must submit their proposals by the specified deadline and are encouraged to contact Christine Mundt at cmundt@blm.gov or 406-896-5030 for further information.
    CRLA 245275 - Intelligent Transportation System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of an Intelligent Transportation System (ITS) at Crater Lake National Park, under solicitation number 140P2025R0017. The project aims to enhance visitor safety by installing solar-powered, radar-activated roadway signs, portable changeable message signs, and web cameras to monitor conditions, with a construction magnitude estimated between $250,000 and $500,000. This initiative is crucial for improving traffic flow and reducing accidents within the park, reflecting the National Park Service's commitment to operational efficiency and visitor safety. Interested small businesses must submit sealed bids within 10 calendar days following the award notice, with project completion anticipated within 120 days; for inquiries, contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035.
    Y--Henery Mountain Field Station Building Replacement
    Buyer not available
    The Bureau of Land Management (BLM) is seeking small business contractors for the Henry Mountain Field Station Building Replacement project located in Hanksville, Utah. The project entails the demolition and construction of a new facility, including a 6-bay vehicle shelter, infrastructure improvements, and adherence to environmental considerations such as stormwater management and ADA compliance. This initiative is crucial for enhancing the functionality and sustainability of the Field Station, with an estimated construction budget ranging from $500,000 to $1,000,000. Interested businesses must submit their qualifications and feedback on the draft specifications by March 3, 2025, with a formal Request for Proposal (RFP) expected to be issued by the end of March 2025. For further inquiries, contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445.
    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.
    Y--Saint Gaudens National Historical Park - REPAIR FOUNDATION AT BMD MILL
    Buyer not available
    The National Park Service is preparing to issue a Request for Proposal (RFP) for construction work at Saint Gaudens National Historical Park in Cornish, New Hampshire, specifically focused on repairing the foundation of the Blow-Me-Down Mill and conducting additional masonry repairs. This project is significant for preserving the historical integrity of the mill structure, which is vital to the park's heritage. The estimated contract value ranges from $500,000 to $1,000,000, with a firm-fixed price contract type, and it is exclusively set aside for small businesses under NAICS Code 236220. Interested contractors should note that the solicitation is expected to be published around February 3, 2025, and they must contact Contract Specialist Samuel McKenzie at samuelmckenzie@nps.gov for further inquiries.
    Y--FODO 253278 - Rehabilitate the Visitor Center
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. The project aims to complete existing work, repair previously installed elements, and construct a new two-story addition that will include an elevator and an interpretive center, with an estimated construction cost between $1-5 million. This rehabilitation is crucial for enhancing visitor experience while ensuring the park remains accessible during construction, which is expected to take 365 days. Interested businesses must submit their qualifications, bonding capacity, and prior experience by 5 PM EST on March 3, 2025, to John Babcock at johnbabcock@nps.gov, as part of the preliminary market research to inform the NPS's acquisition strategy.