MAINTAIN WASH RACK EQUIPMENT AT FORT CRONKHITE
ID: 140P8625Q0025Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)

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 maintenance of wash rack equipment at Fort Cronkhite, located within the Golden Gate National Recreation Area in Marin County, California. The project involves the removal, replacement, and reinstallation of industrial water treatment equipment, including biosorb and filtration systems, as well as the replacement of damaged flooring with marine-grade materials and the application of protective coatings. This maintenance work is crucial for ensuring the operational integrity and safety of the facility, adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by 1:00 PM PDT on March 26, 2025, following a mandatory site visit on March 12, 2025. The estimated contract value ranges from $25,000 to $100,000, and inquiries can be directed to Patty Payne at Patty_Payne@nps.gov or by phone at 559-730-6435.

    Point(s) of Contact
    Files
    Title
    Posted
    The scope of work outlined for maintaining the wash rack equipment at Fort Cronkhite in the Golden Gate National Recreation Area specifies that contractors are responsible for removing, replacing, and reinstalling industrial water treatment equipment within an onsite container. Key tasks include removing equipment such as biosorb and filtration systems, replacing damaged plywood flooring with marine-grade materials, and applying a protective epoxy coating. The contractor must ensure that all plumbing and electrical components meet existing specifications and complete testing to prevent leaks. Contractors must also adhere to safety regulations, including OSHA and NEPA standards, and provide a Site Specific Safety Plan prior to commencement. The project should take approximately 45 days, with complete disposal of debris according to state regulations. Contractor qualifications include experience with RGF environmental systems and a valid Limited Specialty Contractor license. Overall, this project emphasizes thorough safety and compliance measures, reflecting the government's commitment to maintaining facility integrity while ensuring user safety.
    The document appears to focus on government requests for proposals (RFPs), federal grants, and state and local RFPs. It includes various segments of text that discuss procedures and requirements for submitting proposals for funding, emphasizing compliance with federal and state guidelines. Key ideas include the importance of emergency preparedness, environmental assessments, and ensuring that funded projects meet safety and regulatory standards. The content suggests a structured process, likely indicating the necessary steps applicants must take when seeking financial support for projects in public services, infrastructure, or community development. The tone reflects a formal, instructional perspective, relevant to organizations vying for government funding. Overall, the document underscores the necessity for meticulous preparation, adherence to guidelines, and awareness of the evaluation criteria that govern funding decisions.
    The document outlines the Technical Information Form for maintaining Wash Rack Equipment at Fort Cronkhite, situated within the Golden Gate National Recreation Area, as part of RFQ No. 140P8625Q0025. It solicits information from quoters including their business details, contact information, and whether they will self-perform the work or engage subcontractors. Quotations must also include details of any proposed subcontractors and their respective roles. The form requires a list of related past projects to demonstrate relevant experience and performance, with specified fields to include project title, agency, duration, budget, and description of similarities to the current requirement. The purpose of this form is to collect essential qualifications and evidence of past performance from potential contractors to ensure they can fulfill the contract effectively.
    The document is a Request for Quotation (RFQ) issued by the National Park Service for maintenance of wash rack equipment at Fort Cronkhite within the Golden Gate National Recreation Area in Marin County, California. The scope includes removing existing bioremediation and filtration systems, replacing damaged flooring with marine-grade plywood, and reinstallation of equipment with thorough testing. The project is estimated between $25,000 and $100,000 and is set aside for small businesses. Submissions are due by 1:00 PM PDT on March 26, 2025, via email. A mandatory site visit will be conducted on March 12, 2025. The contractor is required to follow various federal regulations, including compliance with safety standards and wage determinations. The final submission of daily logs and other documentation will be necessary for payment processing. The Government aims to award a single firm-fixed-price contract based on best value, considering both price and qualitative factors like experience and past performance. This solicitation highlights the government’s commitment to utilizing small businesses for public contracts and ensuring compliance with federal guidelines for construction and maintenance work.
    Lifecycle
    Title
    Type
    Similar Opportunities
    P--Crystal Creek Camp Demolition, NPS-WHIS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotations for the demolition of Crystal Creek Camp located in Whiskeytown National Recreation Area, California. The project entails the systematic dismantling of various structures, including those containing hazardous materials such as asbestos, along with site grading and restoration efforts, all while adhering to environmental and safety regulations. This initiative is part of the federal commitment to enhance national recreation areas by removing outdated facilities and restoring natural conditions, thereby improving ecological integrity and visitor experience. Interested small business contractors must submit their quotations by April 4, 2025, with the project scheduled for execution between September 1 and December 31, 2025. For further inquiries, contractors can contact Rocio Gomez Macias at rociogomezmacias@nps.gov or by phone at 415-464-5204.
    J--YOSE-SECONDARY CLARIFIER FRAMEWORK
    Buyer not available
    The Department of the Interior, National Park Service, is seeking contractors to provide field services for the replacement of the framework mechanism and appurtenances of the secondary clarifier at the El Portal Wastewater Treatment Plant in California. The project aims to address the degradation of the clarifier's framework, which is critical for processing up to 1 million gallons of wastewater daily, thereby preventing potential violations of California state permits. The scope of work includes removing old equipment, installing temporary supports, and fabricating new components, with a completion timeline of 120 days from the start of work. Interested bidders should note that a site visit is scheduled for February 27, 2025, and the bid submission deadline has been extended to March 10, 2025. For further inquiries, potential contractors can contact Brian Roppolo at brianroppolo@nps.gov or by phone at 206-220-4215.
    SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The National Park Service (NPS) is seeking quotes for the inspection and cleaning of a 50,000-gallon elevated potable water tank located at the Sunset Crater National Monument in Arizona. This procurement is a total small business set-aside, encouraging participation from small enterprises, and requires bidders to demonstrate relevant experience, including documentation of three similar past contracts and a safety plan. The services are crucial for maintaining environmental health and safety standards in federal facilities, ensuring compliance with regulations. Interested contractors must submit their quotations by March 14, 2025, and can direct inquiries to Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625.
    Circle X WELL REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for the Circle X Well Repair project located in the Santa Monica Mountains National Recreation Area. This procurement aims to address emergency repairs needed for the Circle X Well, which is crucial for providing safe, bacteria-free water to the park's public and private sources, including the re-lining of the well casing and ensuring compliance with safety standards. The selected contractor will be awarded a firm fixed-price contract based on best value considerations, with performance expected from March 21 to April 4, 2025. Interested small businesses must submit their quotes electronically by March 19, 2025, and can contact Patty Payne at PattyPayne@nps.gov or 559-730-6435 for further details.
    Oily Water Separator (OWS) System, Inspect and Groom on USCGC BERTHOLF (WMSL 750)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and groom the Oily Water Separator (OWS) system on the USCGC Bertholf (WMSL 750) located in Alameda, California. The procurement requires contractors to demonstrate technical capability through prior contract examples and to provide a detailed pricing schedule, with the contract evaluation based on the Lowest Price Technically Acceptable (LPTA) criterion. This project is critical for ensuring compliance with environmental standards regarding oily waste management on U.S. Coast Guard vessels, thereby supporting operational integrity and environmental protection. Proposals are due by March 14, 2025, with performance expected between April 14 and May 9, 2025; interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further information.
    USCGC BERTHOLF (WMSL 750) DS FQ2 FY25 Dual Point Davit, Biennial Maintenance
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide biennial maintenance for the Dual Point Davit system on the USCGC BERTHOLF (WMSL 750) in Alameda, California. This procurement involves essential maintenance tasks including operational testing, inspections, and servicing of the hydraulic system, scheduled to take place from February to April 2025, with proposals due by March 14, 2025. The maintenance is critical for ensuring the operational readiness and safety of the equipment utilized by the Coast Guard, adhering to established safety standards and international maritime regulations. Interested vendors should submit their proposals in accordance with the guidelines outlined in the Request for Quote (RFQ) No. 70Z08525SLREP11389, and can contact Kiku Khan at kiku.k.khan@uscg.mil or Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil for further information.
    Septic Pumping and Disposal Services- Everglades N
    Buyer not available
    The National Park Service (NPS) is seeking quotations for septic pumping and disposal services at Everglades National Park through Request for Quotations (RFQ) 140P5425Q0013. The contract aims to streamline the removal of septic wastewater and sludge from 21 septic tanks and two Wastewater Treatment Plants (WWTP), transitioning from emergency services to pre-scheduled requests to enhance efficiency and compliance with environmental regulations. This initiative is crucial for maintaining park infrastructure and ensuring proper waste management practices. Interested vendors must submit their proposals by 5:00 PM EST on March 14, 2025, including the SF18 form, pricing, capability information, and a valid Unique Entity ID (UEI) number, with questions directed to Noelli Medina at NoelliMedina@nps.gov by March 10, 2025.
    Z--YOSE REPLACE WELCOME CENTER ENTRY DOORS
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting quotes for the replacement of entry doors at the Yosemite Valley Welcome Center. The project involves the complete removal of existing glass doors and the installation of new aluminum storefront doors, with specific requirements for materials and construction practices to ensure quality and compliance. This procurement is significant for enhancing visitor access and safety at one of the nation's iconic parks, with an estimated project value between $25,000 and $100,000. Interested small businesses must submit their quotes by March 11, 2025, and direct any inquiries to Brian Roppolo at brianroppolo@nps.gov or by phone at 206-220-4215.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge preservation and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, while ensuring minimal disruption to public use and compliance with environmental regulations. This initiative is crucial for maintaining the infrastructure of a significant national park, reflecting the government's commitment to public safety and environmental stewardship. Interested contractors should note that the estimated contract value exceeds $10 million, with proposals due by March 17, 2025, at 12:00 PM MT; for further inquiries, contact Zaira Lupidi at zairalupidi@nps.gov.
    Exterior Power Washing Services
    Buyer not available
    The Department of Defense, specifically the Marine Corps Training and Education Command (TECOM), is soliciting proposals for exterior power washing services for Daly Hall at Marine Corps Base Quantico, Virginia. The contract, designated under Notice ID M00264-25-Q-0066, is a Total Small Business Set-Aside, emphasizing the government's commitment to enhancing opportunities for small businesses in federal contracting. The selected contractor will be responsible for maintaining the building's professional appearance through environmentally friendly cleaning methods, with work scheduled on weekends to minimize disruption. Proposals are due by March 10, 2025, and interested vendors can direct inquiries to Kellie Holley at kellie.holley@usmc.mil or Paul Silva at paul.r.silva.civ@usmc.mil for further information.