Crater of the Moon NM INSTALLATION NEW WINDOWS
ID: 140P8325R0010Type: Solicitation
AwardedJun 11, 2025
$23.8K$23,800
AwardeeMichael Melton Contracting LLC 112 CONCORD DR Columbia TN 38401 USA
Award #:140P8325C0004
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER NORTH MABO (53000)GATLINBURG, TN, 37738, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 installation of new operable windows at the Craters of the Moon National Monument in Idaho. The project aims to enhance natural light and ventilation in the offices by installing three high-efficiency sliding windows that comply with ENERGY STAR standards, while also ensuring proper insulation and weatherproofing. This initiative reflects the government's commitment to improving operational facilities in alignment with sustainability objectives. Proposals are due by June 5, 2025, with a project timeline from July 1 to September 30, 2025, and interested contractors must contact Geraldine Larsen at geraldine_larsen@nps.gov to participate in a final site visit scheduled for May 28, 2025.

    Point(s) of Contact
    Larsen, Geraldine
    geraldine_larsen@nps.gov
    Files
    Title
    Posted
    The project focuses on installing three operable sliding windows in the offices at Craters of the Moon National Monument in Idaho. Currently, these offices lack exterior windows, and the installation aims to enhance natural light and ventilation while adhering to National Park Service (NPS) sustainability standards. The scope includes site preparation, wall modifications, and installation of high-efficiency windows that meet ENERGY STAR standards. Specific tasks involve cutting openings in the brick façade, framing, and ensuring proper insulation and weatherproofing. Cleanup and restoration post-installation is also outlined, along with deliverables including product specifications and a final inspection. The estimated duration for the project is set at approximately 2-3 weeks, with work hours to be coordinated with NPS facility management. Compliance with OSHA regulations and necessary permits is mandatory before commencing work. This proposal reflects the government's commitment to maintaining and improving operational facilities while aligning with environmental and structural sustainability objectives.
    The document appears to be a corrupt or damaged file related to federal and local government RFPs (Requests for Proposals) and grants. It is likely intended for agencies and organizations looking to secure funding or contracts through competitive bidding processes. While the content itself is largely unreadable due to corruption, the context implies a focus on various opportunities available for public and private entities to participate in government projects. These projects typically cover a range of sectors, including infrastructure, health services, environmental assessments, and community development, and involve complying with specific regulatory and procedural guidelines. The file may have outlined requirements for proposals, eligibility criteria for grant applications, deadlines, funding amounts, and the evaluation processes that determine successful bids. Each RFP or grant proposal serves to solicit skilled and responsive applicants who can meet the defined objectives of government initiatives while ensuring transparency and accountability in the use of public funds. The focus remains on enabling improvements in public services and infrastructure through collaborative efforts between government entities and contractors or nonprofit organizations.
    The document outlines a federal request for proposals (RFP) aimed at developing and implementing an innovative community health initiative. The initiative focuses on addressing health disparities and improving overall health outcomes in underserved populations. Key objectives include enhancing access to healthcare services, promoting preventive care, and fostering collaboration among local health organizations. The RFP emphasizes the importance of utilizing evidence-based practices and engaging community stakeholders to tailor solutions effectively. Successful proposals should demonstrate strategies for outreach, education, and the integration of technological solutions to monitor health trends. Moreover, the document details eligibility criteria for applicants, funding limitations, and evaluation metrics to assess the effectiveness of proposals. It encourages partnerships among public and private entities to leverage resources and expertise, ultimately striving for a sustainable impact on community health. This initiative exemplifies the federal government's commitment to empowering local communities and addressing urgent health challenges through collaborative efforts and targeted funding opportunities.
    The Construction Contract Administration document outlines requirements specified in the Federal Acquisition Regulation (FAR) 36.211(b), which mandates that agencies provide descriptions of their policies and procedures regarding the definitization of equitable adjustments for change orders in construction contracts. Additionally, agencies must report data on the time taken to definitize these adjustments. This information can be accessed through the Department of the Interior's acquisition policy portal. The document emphasizes the importance of clearly defined procedures to facilitate efficient contract management and adherence to regulatory standards in construction projects funded by federal, state, and local grants and RFPs.
    The document pertains to Amendment 0001 of a solicitation (140P8325R0010) for a project involving the installation of new exterior operable windows at Craters of the Moon National Park. The amendment focuses on procedural requirements for offerors, stressing the need for acknowledgment of the amendment to ensure their proposals are accepted. A major detail is the scheduling of a final site visit on May 28, 2025, at 11:00 AM MT for interested contractors, who must contact Geraldine Larsen via email to participate. The period of performance for the project is defined as July 1, 2025, to September 30, 2025. The document reaffirms that all other terms and conditions remain unchanged, emphasizing the importance of managing expectations and compliance in the solicitation process. The amendment serves as a notification for contractors regarding procedural updates and reinforces adherence to the established timeline.
    The document is a Request for Proposal (RFP) for construction services at Craters of the Moon National Monument, focusing on the installation of new exterior windows. Issued by the National Park Service, proposals are due by June 5, 2025, with a project timeline extending from July 1 to September 30, 2025. The contract, structured as a firm-fixed-price agreement, has an estimated construction cost between $0 and $35,000. Proposals must include a technical approach, identification of key personnel, and previous project performance records that demonstrate the contractor's capability in similar projects. All submissions must comply with specific requirements outlined in the solicitation documents, including provisions for performance and payment bonds following the Davis-Bacon Act. Key evaluation factors include clarity in the contractor’s responses and the inclusion of past performance evidence within the last five years. A site visit is scheduled for May 14, 2025, and all proposals must be emailed to the designated contact, Geraldine Larsen. This RFP reflects federal priorities in infrastructure improvement, contractor capability assessment, and regulatory compliance within government procurement processes.
    Similar Opportunities
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    C--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Pacific and Intermountain Regions. The procurement aims to gather market interest and qualifications from both large and small businesses for various architectural and engineering services, including historic structure preservation, accessibility upgrades, and infrastructure improvements. This initiative is crucial for maintaining and enhancing the NPS's facilities and services, ensuring compliance with federal standards and improving visitor experiences. Interested firms must demonstrate their capabilities and comply with federal subcontracting limitations, with responses due by January 16, 2026, at 2:00 PM Mountain Time. For further inquiries, contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    TRA Bathroom/Kitchen Remodels
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for remodeling projects at the Idaho National Laboratory (INL), specifically at facilities TRA-628 and TRA-675. The project aims to modernize infrastructure and enhance employee amenities, which includes a cosmetic refresh of the bathrooms and the conversion of a storage closet into a kitchenette at TRA-628, along with a similar refresh at TRA-675. This initiative is part of BEA's ongoing efforts to improve facility operations, and the EOI serves as the first step in identifying potential vendors for a forthcoming Request for Proposal (RFP). Interested parties must submit their EOIs by January 15, 2026, to Chase Egbert at Chase.Egbert@inl.gov, including relevant company information and experience, as only selected respondents will be invited to participate in the RFP process.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    CFA 608/609 Parking Lot
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of the parking lot and associated infrastructure at CFA-608 and CFA-609 located at the Idaho National Laboratory (INL). The project aims to enhance site safety, accessibility, and operational reliability by replacing the aging asphalt parking lot and sidewalks, installing new canopies, gutters, downspouts, heat trace, exterior light fixtures, engine block heaters, and performing minor landscaping. This initiative is critical for maintaining the operational integrity of a national laboratory dedicated to nuclear energy and clean energy innovation. Interested vendors must submit their EOIs, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    TAN Firewater Upgrade Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the TAN Firewater Upgrade Project at the Idaho National Laboratory (INL) in Idaho Falls. The project aims to upgrade and replace critical firewater infrastructure at Test Area North (TAN) to restore system reliability and ensure compliance with safety standards, addressing issues such as corroded piping, fire sprinkler risers, and tank heaters. This initiative is vital for maintaining the operability of the fire suppression system across multiple TAN facilities. Interested vendors must submit their EOIs by July 1, 2026, including company information, relevant capabilities, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    CFA-608/609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of HVAC systems at the Idaho National Laboratory's CFA-608 and CFA-609 facilities. The project aims to replace outdated fuel oil-powered steam boilers with electric boilers and install global building controllers to enhance integration with the site-wide network, ensuring improved environmental control and operational reliability in laboratory spaces. This initiative is critical as the existing systems are past their useful life and increasingly difficult to maintain. Interested vendors must submit their EOIs, including company details and relevant HVAC capabilities, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.