Y--Repair Drainage and Grading Andersonville National Cemetery (ANDE)
ID: 140P5124R0006Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Site Preparation Contractors (238910)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    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 Yanick_Bard@nps.gov or by phone at 404-507-5743 for further details.

    Point(s) of Contact
    Bard, Yanick
    (404) 507-5743
    (404) 562-3220
    Yanick_Bard@nps.gov
    Files
    Title
    Posted
    The document serves as a Bid Bond, essential in federal government contracting when a bid guaranty is required. It legitimizes the obligation of the Principal (bidder) and Sureties (guarantors) to be financially accountable to the government for the bid submitted. Key elements include the legal names and addresses of the involved parties, the amount of the bid, and conditions under which the bond may be considered void. Specifically, the bond is in effect if the Principal accepts the bid and executes further contractual documents within designated timeframes or pays the government for any procurement costs exceeding the bid amount. The bond’s conditions remain unaffected by time extensions granted to the government for bid consideration. The document outlines procedures, including lawful signing by authorized representatives and corporate seals for sureties. This Bid Bond is crucial for ensuring compliance and security in government procurement processes, reflecting the commitment to uphold contractual obligations. Overall, it is a standardized form, thus reducing administrative burden while facilitating the integrity of federal transactions.
    This document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b) regarding construction contract administration, specifically focusing on the procedures for definitizing equitable adjustments for change orders. It mandates that federal agencies describe their policies and procedures related to equitable adjustments and provide data on the time taken to finalize such adjustments in construction contracts. This information is intended to enhance transparency and consistency in managing changes within construction contracts. For further guidance and detailed procedural information, agencies are directed to the Department of the Interior's acquisition policy webpage. The emphasis of this document is on ensuring that federal construction contracts adhere to prescribed regulations and improve efficiency in addressing change orders.
    The Andersonville National Cemetery Rehabilitation Project, spearheaded by the U.S. Army Corps of Engineers and managed by Zapata Group, Inc., focuses on enhancing burial sites and overall site conditions within the cemetery in Andersonville, Georgia. Scheduled for construction commencing in December 2023, the project includes meticulous grading, landscaping, and erosion control measures designed to comply with local, state, and federal regulations. Key elements include securing necessary permits, maintaining site safety, and preventing environmental degradation during site work. Specific guidelines mandate the preservation of mature trees, restoration of disturbed areas, installation of sod matching existing turf, and adherence to stormwater runoff regulations. The project emphasizes coordination with National Park Service representatives and mandates contractor accountability for any damage caused during construction. Final site conditions aim for enhanced burial row accessibility while maintaining the cemetery's historical integrity. This comprehensive approach underscores the commitment to sustainable construction practices while honoring the site’s legacy.
    This document is a Past Performance Questionnaire associated with Solicitation Number 140P5124R0006 for a proposal by a contractor intending to perform drainage repair and grading work at Andersonville National Cemetery, Georgia. The questionnaire seeks input from agencies that have previously contracted with the offeror to evaluate their performance on similar services. Responses are required before the RFP closure and are categorized into specific evaluation criteria such as performance, timeliness, and quality of work, with definitions ranging from Exceptional to Unsatisfactory. The contractor's representative completes specific sections detailing historical contract information, including contract number, value, period of performance, and a brief description of services provided. Evaluation metrics guide the assessment of the contractor’s abilities across several categories, with the inclusion of optional comments for nuanced feedback. The information collected is marked as Source Selection Sensitive, reinforcing that responses don’t imply governmental endorsement or promotional leverage for the contractor. Overall, the purpose of the document is to gather detailed evaluative data to inform the selection process of contractors for federal projects, ensuring accountability and quality service delivery in public works.
    The document outlines the price schedule for a drainage repair and grading project at Andersonville National Cemetery in Andersonville, Georgia, for the fiscal year 2024. It specifies that the work involves repair and grading of drainage systems within the cemetery. The project is labeled with a single line item, described as "Repair Drainage and Grading," and includes the total price, though specific monetary values are not detailed in the file. The structure of the document is minimal, consisting of an item description, quantity, unit price, and total price fields, indicating it is a standard format often used in government Requests for Proposals (RFPs) and contracts. The focus of this document is on securing the necessary funding and contractor engagement for vital infrastructure improvements aimed at enhancing site maintenance and water management at a federal burial site. Ultimately, the document is an integral part of the federal procurement process, facilitating the execution of necessary repairs at a national memorial site.
    The document outlines a Request for Proposal (RFP) from the National Park Service for the repair of drainage and grading at the Andersonville National Cemetery in Georgia. It identifies the project as a firm fixed-price contract designated for Indian Small Business Economic Enterprises (ISBEE), in accordance with Federal Acquisition Regulation (FAR) Part 19. Contractors are required to provide performance and payment bonds at 100% of the contract price and must submit a certificate of insurance detailing specific coverage amounts. The project requires compliance with construction wage rates and mandates a site visit prior to proposal submission. Proposals are due by October 28, 2024, with completion anticipated by November 17, 2025. The RFP includes detailed requirements for submissions, including specific forms and bid schedules. It emphasizes the necessity for contractors to adhere to safety regulations, notify the contracting officer of any archeological finds, and ensure high-quality workmanship. The contractor’s performance will be assessed through the Contractor Performance Assessment Reporting System (CPARS). This solicitation highlights the government's initiative to support small businesses, particularly those owned by Indian enterprises, while enforcing compliance with safety protocols and quality standards throughout the project's duration.
    The Andersonville National Cemetery Rehabilitation Project involves regrading Section Q to repair drainage and grading issues. The project, outlined under Contract No. W912NH-18-D-2001, mandates the removal and stockpiling of existing topsoil, installation of erosion control measures, and sodding of the project area. Detailed specifications emphasize compliance with safety regulations, requiring third-party inspections and a dedicated project safety management plan. Contractor access is highly regulated, with standards for working hours, utility disruptions, and environmental controls. particular attention is paid to OSHA compliance and the maintenance of a safe work environment. The project requires substantial documentation, including progress photos and a detailed project schedule based on Critical Path Method principles. Regular updates and formal inspections ensure adherence to safety and completion timelines. This project exemplifies federal efforts to restore and maintain historical cemeteries while fulfilling legal, safety, and quality standards. The structured approach ensures accountability and thorough oversight at all stages, aligning with the practices of federal RFPs and grants aimed at public infrastructure rehabilitation.
    The document outlines the General Decision Number GA20240106 for construction projects in certain counties of Georgia, focusing on wage determinations under the Davis-Bacon Act. It specifies minimum wage rates required for contractors based on the type and date of contract awards, specifically referencing Executive Orders 14026 and 13658, which set minimum hourly wages. For contracts entered on or after January 30, 2022, the minimum wage is $17.20 per hour; for those awarded between January 1, 2015, and January 29, 2022, it's $12.90 per hour. The document includes detailed wage rates for various construction roles, including electricians, plumbers, and equipment operators, with fringe benefits outlined for each classification. It also emphasizes compliance with federal regulations regarding worker protections and the process for appealing wage determination decisions. This information is crucial for organizations responding to federal or state requests for proposals (RFPs) and grants, ensuring they adhere to labor standards and wage requirements in their bids. The document serves as a guide for contractors to understand the prevailing wage conditions applicable to the listed counties and the classifications necessary for project completion.
    Lifecycle
    Similar Opportunities
    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.
    9930--Abraham Lincoln National Cemetery Grave Liners
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide concrete grave liners and installation services at the Abraham Lincoln National Cemetery in Elwood, Illinois. The procurement involves the removal and installation of existing concrete grave liners and lids, adhering to strict specifications to ensure the integrity and appearance of the national shrine. These grave liners are essential for preventing soil sinkage in graves and must meet specific material and performance standards, including compliance with GSA Federal Specifications. Interested parties should contact Contract Specialist Olalekan Ismail at olalekan.ismail@va.gov or call 317-988-1527 for further details. The contract is expected to be awarded within the next fiscal year, with a performance period of 365 days from the date of award.
    RFQ for the construction of Overflow Parking and Restroom Facilities at Netherlands American Cemetery
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Berlin, is soliciting proposals for the construction of overflow parking and restroom facilities at the Netherlands American Cemetery. The project aims to enhance visitor experience by creating a reinforced turf parking area and constructing two new restroom structures, necessitating the demolition of an existing restroom facility. This cemetery honors 8,301 American military personnel and serves as a significant site for commemoration and education regarding the liberation of Europe. Proposals are due by October 22, 2024, with an anticipated award date of November 8, 2024, and project commencement expected in February 2025. Interested bidders should contact Raminta Grigunaite at grigunaiter@abmc.gov or Michael B. Bachofen at bachofenm@abmc.gov for further inquiries.
    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.
    3630--Combined Synopsis Solicitation - Concrete Grave Liners for Calverton National Cemetery Tiered Evaluation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the provision and installation of concrete grave liners at Calverton National Cemetery in New York. The procurement aims to ensure compliance with safety standards and technical specifications while maintaining the dignity of the cemetery, a site of remembrance for veterans. This contract will have a base duration of one year with two additional one-year options, and interested bidders must register with SAM and hold an active SBA VetCert. Proposals are due by October 9, 2024, and should be directed to Sarah Poole at sarah.poole1@va.gov or by phone at 703-630-9369.
    Y--MALU 293291 Rehabilitate the Visitor Center and
    Active
    Interior, Department Of The
    The Department of the Interior, National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center and Headquarters at the Martin Luther King Jr. National Historic Park in Atlanta, Georgia. The project aims to enhance the facility through comprehensive renovations, including interior remodels, roof repairs, HVAC and electrical updates, and site improvements, while ensuring compliance with safety and environmental standards. This initiative underscores the government's commitment to preserving national historic sites and improving visitor experiences. Interested contractors should note that the estimated contract value ranges between $5 million and $10 million, with proposals due by November 15, 2024. For further inquiries, contact John Babcock at johnbabcock@nps.gov or call 303-969-2626.
    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.
    E1PC--Department of Veterans Affairs Seeks 300 Acres of Land Within Counties in Missouri and Illinois For a National Cemetery
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the acquisition of at least 300 contiguous acres of land in select counties of Missouri and Illinois to establish a new National Cemetery. The targeted areas include Jefferson and St. Louis counties in Missouri, as well as Monroe and St. Clair counties in Illinois, with interested parties required to submit detailed expressions of interest that include site location, zoning status, proof of ownership, environmental assessments, and potential utility availability. This initiative is part of the VA's commitment to enhancing burial options for veterans, ensuring accessible memorial sites that honor military service. Proposals must be submitted electronically by October 31, 2024, at 5:00 PM Eastern Time, and inquiries can be directed to Realty Specialist Marianne Marinucci at marianne.marinucci@va.gov or by phone at 202-632-5468.
    Y1PZ--895-NRM-FY24-002 -REPLACE IRRIGATION SYSTEM ON MOUND HILL Golden Gate National Cemetery
    Active
    Veterans Affairs, Department Of
    Presolicitation notice: The Department of Veterans Affairs, National Cemetery Administration, plans to replace the irrigation system on Mound Hill at Golden Gate National Cemetery in San Bruno, CA. The service being procured is landscaping services, specifically the installation of turf irrigation and related restoration work. The contractor will be responsible for protecting existing irrigation systems, making temporary adjustments, and performing turf renovation, establishment, warranty, and headstone cleaning. The procurement is set aside for Veteran-Owned Small Business concerns, and only verified VOSB firms are eligible to submit offers. Interested vendors must be registered and verified on vetbiz.gov and SAM.gov. The solicitation will be posted on Contract Opportunities at sam.gov. The estimated construction magnitude for this requirement is between $250,000 and $500,000. The NAICS code is 561730, and the business size standard is $8.5 million. For more information, contact Flora Taylor at flora.taylor@va.gov.
    Grounds Maintenance Services Finns Point National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Grounds Maintenance Services at Finns Point National Cemetery in Salem, New Jersey. The procurement includes a base year and four optional one-year periods, focusing on comprehensive grounds maintenance tasks such as mowing, trimming, debris removal, and snow and ice control, all adhering to National Cemetery Administration standards. This contract is crucial for maintaining the cemetery's dignity and appearance, reflecting the government's commitment to honoring veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the specified deadlines, with a guaranteed minimum contract amount of $5,000 and a maximum value of $1,200,000. For further inquiries, contact Antionette Collins at antionette.collins@va.gov.