BATHHOUSE FOUNTAIN REPAIR
ID: 140P8625Q0034Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

Tile and Terrazzo Contractors (238340)

PSC

MAINTENANCE OF MUSEUMS AND EXHIBITION BUILDINGS (Z1JA)

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 bids for the repair of the Bathhouse Fountain at the San Francisco Maritime National Historical Park. This project involves the removal of damaged panels, cleaning the sub-structure, and installing new slate wall and terrazzo basin panels, with an estimated budget of under $25,000. The work is crucial for preserving the historical integrity of the site and must be completed within 90 days of contract award, following strict safety and labor regulations. Interested small business contractors should contact Patty Payne at Patty_Payne@nps.gov or call 559-730-6435 for further details, and are reminded to submit their proposals by the specified deadline after attending a mandatory site visit.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for masonry restoration work on the fountain at the Aquatic Park Bathhouse within the San Francisco Maritime National Historical Park. Following damage from a vehicular incident, the project aims to restore the fountain to its original condition using materials that replicate its historical design. Key tasks include the removal of damaged materials, surface preparation, and installation of new slate and terrazzo panels, along with joint pointing. Qualifications for contractors include a minimum of ten years of experience in stone restoration and adherence to The Secretary of the Interior's Standards for Historic Properties. Comprehensive safety and environmental guidelines must be followed, along with the provision of project timelines and detailed documentation of materials to be used. The work must be completed within 90 days of contract award, with strict requirements for minimizing disruption to the public and maintaining site safety. The initiative underscores the government's commitment to preserving historical landmarks while ensuring compliance with relevant standards and regulations.
    The National Park Service (NPS) is addressing the restoration needs of the Aquatic Park Bathhouse, focusing specifically on the masonry restoration at the west fountain. Numerous existing condition photographs reveal significant structural damage, including missing stone coping, cracked mortar, and deteriorating terrazzo panels. The documentation provides visual evidence of the inadequate conditions, detailing areas where intervention is required, including the need for new embedment points for anchors and the repair of stone cladding panels. This initiative emphasizes the importance of preserving the historical aspects of the bathhouse while ensuring safety and structural integrity. The photographs illustrate critical issues and highlight specific areas that require attention, such as the cracked terrazzo and stone panels, as well as remnants of the previous anchoring systems. The NPS aims to secure funding through federal grants or state/local RFPs to conduct these repairs, thereby committing to the maintenance and preservation of this historical site for public appreciation and use.
    The United States Department of the Interior, through the National Park Service, provides guidance for creating Site Specific Safety Plans (SSSPs) for contracted work. This document outlines essential elements that must be included in SSSPs to ensure safety during project execution. Key components include the necessity for tailored safety plans specific to the job, a signature page for responsible personnel, project descriptions, subcontractor coordination, accident reporting mechanisms, and hazard analyses for work tasks. The document emphasizes the importance of chemical safety, fire prevention, public safety measures, and sanitation requirements. It also stipulates that contractors must outline employee training, inspection protocols, and emergency strategies for severe weather. Each plan should effectively communicate responsibilities and procedures necessary for maintaining a safe working environment, thereby mandating thorough documentation and compliance with safety regulations. This guidance aligns with federal standards, enhancing safety oversight within contracting work on government projects.
    The document outlines the Technical Information Form related to the Muir Woods Administration Building Rehabilitation project under RFQ No. 140P8625Q0034. It requires quoters to provide essential company details including business name, address, EUI or CAGE code, contact information, and signature. Additionally, it inquires whether the contractor plans to self-perform tasks or use subcontractors, detailing the proposed subcontractors and their roles. A significant component of the form is the requirement for quoters to submit a list of relevant experience, where they must outline past projects along with details such as project title, agency/owner, performance period, total contract amount, and a brief description of how the project relates to the current requirements. Each project must be accompanied by a past performance reference with contact information. This form is structured to gather comprehensive background information about potential contractors, ensuring that they possess the necessary experience and capabilities for the rehabilitation project within the Golden Gate National Recreation Area. Overall, this Technical Information Form is a crucial aspect of the federal RFP process, facilitating the selection of qualified contractors for government contracts.
    The document encompasses a variety of federal and state RFPs (Requests for Proposals) and grants, primarily focusing on allocations geared towards infrastructure development, environmental assessments, and public health initiatives. These requests highlight the government's intent to foster community improvement through financial support across various sectors. Key topics addressed include the enhancement of healthcare facilities, such as the ongoing upgrades to the VA Ann Arbor Healthcare System, which prioritize mechanical and safety system improvements. The document also underscores the importance of compliance and environmental safety standards, particularly in projects involving hazardous materials assessments and remediation, as seen in Arc Environmental, LLC's survey of the Historic Grange on Cumberland Island. The content's structure is organized to facilitate understanding of the grants' objectives, requirements for compliance, and the anticipated impact on public safety and infrastructure. This reinforces the government's commitment to engaging qualified contractors while ensuring the health and safety of communities through rigorous project management and support. Overall, the document serves as a guide for potential stakeholders interested in contributing to governmental initiatives aimed at community development, highlighting funding opportunities that are key to advancing public services and infrastructure.
    The amendment 001 to solicitation number 140P8625Q0034 details modifications related to a contract concerning site renovation work at the National Park Service facility in San Francisco, CA. The amendment includes the site visit sign-in sheet and responses to vendor inquiries from a May 5, 2025, site assessment. Key points address the scope of work, confirming that no waterproofing is included, all cracked terrazzo must be replaced, and a supplier for the required slate stone has been identified. Furthermore, no tuck pointing is necessary beyond the specified work area. The solicitation emphasizes the need for contractors to acknowledge receipt of the amendment by specific methods to ensure compliance and prevent offer rejection. The contracting officer is Patty Payne, and the document retains all previous terms and conditions unless explicitly modified. This amendment ensures clarity for vendors regarding project expectations, facilitating a smoother bidding process and project execution.
    This document serves as Amendment 002 to Solicitation No. 140P8625Q0034, indicating a complete cancellation of the solicitation. It outlines the necessary steps contractors must take to acknowledge receipt of the amendment and communicate any changes to previously submitted offers prior to the specified due date. The amendment is issued by Patty Payne, the contracting officer, and it stipulates that the requirement will be resolicited in the future. The compliance guidelines provided ensure that all submissions are properly handled and addressed to the designated office to avoid rejection due to late acknowledgment. The amendment retains all original terms and conditions, except for the provisions related to the canceled solicitation, underscoring the importance of correct and timely communication between contractors and the issuing agency. The document indicates that effective communication and adherence to procedural requirements are critical aspects of the contracting process within government procurement contexts.
    The National Park Service (NPS) is soliciting bids for the repair of the Bathhouse Fountain at the San Francisco Maritime National Historical Park. This project entails the removal of damaged panels, cleaning the sub-structure, and installing new slate wall and terrazzo basin panels, all within a budget estimated to be below $25,000. The solicitation is a total small business set-aside, inviting only small business contractors to submit proposals. The contractor must commence work within 90 days of receiving the notice to proceed, completing the project within 90 days. Quotes are required to be submitted by a specified deadline, with a mandatory site visit scheduled to facilitate contractor understanding of the project specifications and requirements. Contracting guidelines emphasize compliance with labor regulations, including Davis-Bacon wage rates. The proposal evaluation will focus on both price and non-price factors such as experience and performance qualifications, ensuring the most competent bidders are selected. The document outlines various contract clauses, safety requirements, and performance parameters that must be adhered to, reinforcing the government's commitment to maintaining historic resources while ensuring competitive bidding practices.
    Lifecycle
    Title
    Type
    BATHHOUSE FOUNTAIN REPAIR
    Currently viewing
    Solicitation
    Similar Opportunities
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.