Z--NPS Bonded Aggregate Cleaning Resin Overcoat Appli
ID: 140D0424Q0944Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
    Description

    The Department of the Interior is seeking qualified small businesses to provide outdoor bonded aggregate cleaning, resin overcoat application, and spot repair services at Arlington House, The Robert E. Lee Memorial. The project involves maintaining approximately 25,000 square feet of resin-bound aggregate, which includes vacuuming, cleaning, applying a urethane seal coat, and performing full-depth repairs on up to 1,000 square feet of the surface. This initiative is crucial for preserving the historical integrity of the site while ensuring safety and accessibility for over 500,000 annual visitors. Interested vendors must submit their quotations electronically by November 6, 2024, and can contact Michelle Muniz at michelle_muniz@ibc.doi.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a combined synopsis/solicitation for a service contract regarding outdoor bonded aggregate cleaning, resin overcoat application, and spot repair at Arlington House, The Robert E. Lee Memorial. The U.S. Department of the Interior intends to issue a Firm-Fixed Price purchase order for the services, which encompass cleaning approximately 25,000 square feet of resin bound aggregate and performing full depth repairs limited to 100 square feet. The solicitation is set aside for small businesses, encouraging participation from qualified vendors. Key amendments have adjusted the quote response dates, the latest being November 6, 2024. Interested vendors must submit quotations electronically and adhere to the detailed requirements outlined in the document, including specifications for materials and equipment, project management protocols, and general terms such as compliance with federal acquisition regulations. The site, which receives over 500,000 visitors annually, requires these services to maintain safety, accessibility, and historical integrity, highlighting the government's commitment to preserving significant cultural landmarks. Overall, the document serves to procure specialized services for historical site maintenance while ensuring transparency, compliance, and support for small businesses.
    The document is a Combined Synopsis/Solicitation (RFQ 140D0424Q0944) issued by the U.S. Department of the Interior for the outdoor cleaning, resin overcoat application, and spot repair of bonded aggregate surfaces at Arlington House, the Robert E. Lee Memorial. The solicitation is set aside for small businesses, with quotes due by August 26, 2023. The main focus is to ensure the integrity and appearance of approximately 25,000 square feet of resin bound aggregate, which requires cleaning and a new seal coat, as well as spot repairs (up to 1,000 square feet) to enhance safety and accessibility for over 500,000 annual visitors. The work encompasses vacuuming, cleaning, and applying a sealant while adhering to specific product standards. A project manager will oversee compliance with contract specifications, with a performance period anticipated at 90 days. Additional provisions include project management requirements, travel stipulations, and deliverable requirements following Federal guidelines. The emphasis is on maintaining high-quality standards, ensuring safety during project execution, and compliance with government regulations concerning property and workforce rights. The document highlights a commitment to preserving historical integrity while facilitating visitor access.
    The government agency seeks a contractor to enhance the visitor experience at Arlington House, The Robert E. Lee Memorial (ARHO), by renovating its resin-bound aggregate pathways. The project entails cleaning and sealing approximately 25,000 SF of existing aggregate and performing full-depth repairs across 1,000 SF, divided into four phases to ensure continuous access to the buildings. The work is expected to be completed within the period spanning from August 31st to December 30th, 2024. This amendment outlines the changes and requirements, and prospective bidders must acknowledge receipt of the amendment when submitting their offers.
    The document pertains to an amendment of a solicitation for a contract aimed at enhancing visitor accessibility and experience at Arlington House, The Robert E. Lee Memorial. Specifically, it references the need for maintaining approximately 25,000 square feet of resin bound aggregate paving. The project includes vacuuming, cleaning, and applying a urethane seal coat to the existing aggregate, addressing issues like unraveling and material loss. Additionally, full-depth repairs covering about 1,000 square feet are required. The undertaking is phased into four segments to ensure uninterrupted access to buildings. Offers must acknowledge receipt of this amendment promptly, or they risk rejection. The contract period is defined from August 31, 2024, to December 30, 2024. This document outlines the responsibilities of the contractor and administrative changes to the existing order while specifying the formal acknowledgment procedures for submissions related to this amendment.
    The amendment to solicitation number 140D0424Q0944 involves modifications to a contract for providing safe and accessible visitor pathways at Arlington House, The Robert E. Lee Memorial. Specifically, the project entails the maintenance of approximately 25,000 square feet of resin-bound aggregate paving, which surrounds historic and modern buildings in the area. Key tasks include vacuuming, cleaning, and applying a urethane seal coat to preserve the aggregate's bonding characteristics, as well as executing full-depth repairs on 1,000 square feet of the pavement. The project's organization into four phases aims to ensure continuous access to the buildings throughout the maintenance process. The effective performance period for this contract runs from September 16, 2024, to December 30, 2024. This initiative exemplifies the federal government's commitment to preserving historical sites while enhancing visitor accessibility and safety.
    The document outlines an amendment to a solicitation concerning a contract for enhancements at Arlington House, The Robert E. Lee Memorial. The primary goal of this contract is to ensure a safe and accessible visitor experience by implementing cohesive bonded aggregate paving throughout the grounds. The project covers approximately 25,000 square feet of resin-bound aggregate, which requires vacuuming, cleaning, and the application of a urethane seal coat to maintain its integrity and address unravelling in the permeable paving material. Additionally, full-depth repairs totaling 100 square feet will be conducted. The work is structured in four phases to allow continuous access to the historic buildings. The amendment also emphasizes the necessity for contractors to acknowledge receipt of this amendment prior to the specified deadline, stipulating that failure to do so may result in the rejection of their offer. The timeline for project completion is set between December 1, 2024, and March 1, 2025, ensuring that renovations adhere to federal guidelines and enhance visitor experiences. This amendment is a crucial step in maintaining historical sites while complying with federal procurement processes.
    The government seeks proposals for maintaining and repairing the grounds at Arlington House, The Robert E. Lee Memorial (ARHO). The work involves cleaning and sealing approximately 25,000 SF of resin-bound aggregate pathways and conducting full-depth repairs covering 1,000 SF. The project, valued at $45, must be completed within a specified period of performance: 08/31/2024 to 12/30/2024. It will be divided into four phases to ensure continuous access to the buildings. Companies interested in bidding have until 08/12/2024 to submit their proposals. The solicitation incorporates standard FAR clauses and additional addenda, with contract awards potentially leading to rated orders under the Defense Priorities and Allocations System.
    The document outlines a three-phase process for a cleaning and over-rolling project, including the steps for patching and curing. Each phase spans multiple days, with all curing periods lasting 24 hours. - **Phase 1** entails cleaning, over-rolling, and patching over the course of Day 1. - **Phase 2** takes place from Day 2 to Day 3, similarly involving cleaning, over-rolling, and patching. - **Phase 3** follows on Day 4, again focusing on these activities. The structure clearly delineates the tasks and timelines for each phase, indicating an organized approach to the project. The specificity of timelines and curing periods suggests that the project is likely part of a larger federal or local government initiative, emphasizing the importance of methodical execution and adherence to timelines. This type of document is typical in the context of government Requests for Proposals (RFPs) and grants, where detailed project planning is crucial for compliance and funding considerations.
    The document outlines a three-phase cleaning and over-rolling process, likely for a surface treatment or restoration project, which is structured over several days. Each phase involves cleaning, patching, and then curing, with a consistent curing duration of 24 hours following each phase. Phase 1 occurs on Day 1, Phase 2 spans Days 2-3, and Phase 3 is designated for Day 4. The timeline indicates a systematic approach to ensure thorough preparation and application, reflecting standard practices in construction or maintenance projects. The document serves as a guide for contractors or personnel involved in the implementation, ensuring clarity on the schedule and expectations for successful completion within the framework of governmental RFPs or grants where structured project management is necessary.
    The document outlines specific requirements regarding the sizing of thrust blocks related to a project attributed to Vikrant N. Desai. It references detailed information located in Section C8.2, indicating that the thrust block sizing is a crucial component of the overall design. Thrust blocks are primarily used to support pipes and are critical in preventing movement due to internal pressure changes. The mention of detailed specifications suggests that adherence to engineering standards is essential for the project’s success. The document reflects industry practices common in federal and local RFPs, where technical specifications must be explicitly defined to ensure compliance and provision of adequate resources. Overall, it emphasizes the importance of detailed engineering requirements in project planning and execution.
    The document outlines the sizing requirements for a thrust block as specified under detail 4 on sheet C8.2. It is attributed to Vikrant N. Desai and appears to be part of larger plans or specifications likely related to a governmental construction or engineering project. The thrust block sizing is critical for ensuring structural integrity and compliance with engineering standards, indicating the document's relevance in the context of federal or state RFPs and grants. Ensuring conformity to these requirements underlines the importance of adherence to guidelines and specifications in public works projects.
    This document outlines the specifications for Bonded Aggregate Paving, primarily aimed at constructing walkways. It defines Bonded Aggregate as a resin-bound crushed stone surfacing system suitable for pedestrian pathways and light vehicular traffic, emphasizing its load-bearing capacity (972 psi), porosity (432 gpsf/minute infiltration rate), and UV resistance. The section details quality assurance measures, including compliance with accessibility standards, pre-installation conferences with relevant parties, and manufacturer qualifications certified to ISO standards. Key requirements include submitting product data, material certificates, and mockups for approval before installation. It outlines installation procedures, such as site conditions evaluation, subgrade preparation, and safe handling of materials. The document specifies materials from approved manufacturers and details maintenance processes post-installation, like routine inspections and sediment removal to maintain permeability. The purpose of this document aligns with government RFP frameworks, ensuring compliance with standards for federal funding and state/local grants. This comprehensive approach to material specifications, installation processes, and ongoing maintenance underscores the government’s commitment to durable and sustainable infrastructure projects.
    This document outlines the specifications for bonded aggregate paving, which is suitable for walkways and light vehicular driveways. It details the materials, performance requirements, installation procedures, and quality assurance measures to ensure compliance with safety and durability standards. Key performance requirements include load-bearing capacity of up to 972 psi, a porosity of 432 gpsf/minute, and UV resistance to prevent color change over time. The document emphasizes the importance of pre-installation conferences, material certifications, and mock-up approvals to maintain quality control throughout the project. Submittals required from the contractor include product data sheets, material safety data, warranty samples, and mockups for review. Installation procedures are specified in detail, including site evaluation, subgrade preparation, and maintenance of the paving system to ensure long-term permeability and durability. It also highlights the need for adherence to accessibility standards and safety protocols for workers during material handling. This document is essential for contractors bidding on federal and local projects, ensuring adherence to governmental regulations and standards for paving materials and practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    F--Firing Range Maintenance in DC Area
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the maintenance of the United States Park Police Indoor Firing Range located in the Washington, DC area. The procurement involves a non-personnel services contract that includes comprehensive range cleaning, hazardous waste disposal, and compliance with federal and local regulations, with a focus on the removal of lead particles and the maintenance of associated equipment. This contract is crucial for ensuring safety and environmental standards in law enforcement operations and spans one base year with four optional years, emphasizing scheduled cleaning protocols and regular inspections. Interested parties should contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 to express their capabilities and provide necessary information, including their business status and SAM.gov UEI number, as this is a Sources Sought Notice for planning purposes only.
    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, designated as project YELL 307127. The project aims to restore and upgrade the exteriors of seventeen historic buildings while preserving their historical integrity, focusing on essential repairs such as masonry restoration, window and door rehabilitation, and the installation of modern safety features. This initiative is critical for maintaining the cultural heritage of the park and ensuring the longevity of these significant structures, with an estimated contract value exceeding $10 million. Interested contractors must submit their proposals by October 28, 2024, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    REPAIR DRAINAGE/ CONTOUR GRADING
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of drainage and contour grading at Andersonville National Cemetery in Georgia. The project aims to enhance burial site conditions and address drainage issues, ensuring compliance with local, state, and federal regulations while preserving the cemetery's historical integrity. This initiative is part of a broader effort to maintain and restore federal burial sites, emphasizing sustainable construction practices and contractor accountability. Proposals are due by October 28, 2024, with project completion anticipated by November 17, 2025. Interested contractors can contact Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743 for further details.
    F--Manure Removal Services
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide manure removal services for five stables housing 30-35 horses in the Washington Metropolitan Area, with the requirement anticipated for fiscal year 2025. The contractor will be responsible for supplying and maintaining dumpsters for manure disposal, ensuring timely service delivery within three business days of request, and adhering to operational procedures outlined in the draft statement of work. This service is crucial for maintaining sanitation and compliance for the Horse Mounted Patrol Unit, reflecting a growing demand as evidenced by the increase in manure dumpster removals in recent years. Interested parties should contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 for further details, and are encouraged to submit their capabilities in response to this sources sought notice, which does not constitute a formal solicitation.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project encompasses a range of construction services, including mold detection, repairs to both exterior and interior walls, storm shutter restoration, and the replacement of a propane tank storage structure, with a total estimated contract value between $250,000 and $500,000. This rehabilitation effort is crucial for restoring vital infrastructure within the wildlife refuge, ensuring compliance with federal environmental and safety standards. Interested contractors must submit their sealed bids electronically by October 15, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or by phone at 404-679-4055.
    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 new, compliant facilities, while adhering to historical preservation standards and environmental regulations. This initiative is crucial for maintaining operational capacity at these national historic sites, ensuring they remain accessible to the public. Interested contractors should note that the proposal deadline is October 15, 2024, and can contact Brenda Smith at brendasmith@nps.gov or 720-315-2035 for further information.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.
    Z--Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. The contractor is required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to gravel placement, with the work expected to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, ensuring that the infrastructure supports environmental protection efforts. Interested contractors should submit their proposals by October 11, 2024, and can contact Adam Graham at adamgraham@fws.gov or 762-325-0609 for further information; the total project budget is less than $25,000.