Y--GRSA
ID: 140P2024R0139Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

New Multifamily Housing Construction (except For-Sale Builders) (236116)

PSC

CONSTRUCTION OF OTHER RESIDENTIAL BUILDINGS (Y1FZ)
Timeline
    Description

    The Department of the Interior's National Park Service (NPS) is seeking a design-build contractor to rehabilitate employee housing at the Great Sand Dunes National Park in Colorado. The project involves renovating nine residential buildings, addressing deferred maintenance and improvement needs. The procurement aims to minimize disruption to residents while ensuring compliance with accessibility and sustainable practices standards.

    Contractors are invited to bid on this project, estimated at over $10 million, which requires a completion time of 730 days. The NPS values innovative solutions, emphasizing sustainable, high-quality work. This is evident in their request for information on personal storage and enhanced sound attenuation. The procurement process focuses on rigorous evaluation criteria, including experience, pricing, and adherence to requirements.

    Interested parties should refer to the detailed request for proposal (RFP) and its amendments for key dates, including the extended solicitation deadline of August 14th, 2024, and the pre-proposal site visit. The contact for this opportunity is James Waller, whose details are available in the RFP.

    Point(s) of Contact
    Files
    Title
    Posted
    The government agency seeks experienced personnel for a contract role, emphasizing their resumes as a key evaluation criterion. The resumes must include personal details, role specifics, and employment history, showcasing relevant expertise. The focus is on individuals with strong backgrounds in the respective roles they are applying for, ensuring a competent workforce for the forthcoming project. Can I assist you with another file summary?
    The government agency seeks to evaluate and procure the services of experienced contractors for upcoming projects. The "Project Experience Questionnaire" requires offerors to detail their past project experiences, focusing on specific projects and the contractors involved. This information will be used to assess their ability to manage and execute the work required. The questionnaire collects details on project titles, locations, descriptions, and the contractors' roles, pricing, and performance periods. Offerors must describe the work performed, addressing project experience elements and any changes to schedules or prices. Additionally, they must outline problem-solving approaches and successful means and methods employed. The "Past Performance Questionnaire" gathers quantitative and qualitative assessments of contractors' past projects, including quality, schedule adherence, cost control, management, subcontracting, and regulatory compliance. References provide ratings and comments for each section, aiding in the selection process. The solicitation number mentioned is 140P20XXRXXXX, and the critical date for returning the questionnaire is time-stamped on the last page as XX/XX/XXXX.
    The file contains a Small Business Subcontracting Plan required by the U.S. Small Business Administration (SBA). It mandates that contractors demonstrate a good faith effort to allocate a specified proportion of subcontracting work to small businesses. The plan outlines goals, methods for identifying potential subcontractors, and equitable opportunities for small businesses. It also designates a Subcontracting Program Administrator and details record-keeping procedures. The SBA closely scrutinizes the plan to ensure compliance. Notably, the file emphasizes the commitment to providing opportunities for various categories of small businesses, including SB, SDB, WOSB, HUBZone, SDVOSB, and ISBEE concerns, and explains the procedures for achieving these goals.
    According to the provided file, the focus is on adhering to Federal Acquisition Regulation (FAR) 36.211(b) pertaining to construction contract administration. The aim is to ensure compliance with policies and procedures governing equitable adjustments for change orders in construction projects. The required information is available on the DOI website and provides insights into the processes and timelines involved in managing these contracts effectively. This regulation is essential in maintaining a structured approach to construction contract administration, especially regarding change orders and the definitization of equitable adjustments.
    The National Park Service aims to rehabilitate nine residential buildings in Great Sand Dunes National Park, Colorado, addressing deferred maintenance and improving staff accommodations. The procurement seeks a design-build contractor to execute partial demolition and construction for these units, ranging from studios to three-bedroom homes. Key requirements include compliance with accessibility standards, design for substructure, shell, and interior renovations, and the integration of sustainable practices. Additionally, the contractor must provide a plan for temporary housing and tenant pack-out during construction, utilizing NPS-designated areas. The base bid covers essential work for six units, with bid options available for three more units. The project emphasizes minimizing disruption to residents, with a specified construction timeline. Contractors are invited to propose enhancements, such as providing personal storage units and upgraded interior sound attenuation. The evaluation of bids will consider cost alongside the benefits of these enhancements. Meeting stringent HUD Housing Quality Standards is mandatory for temporary housing, along with specific NPS requirements. The agency seeks a high-quality, sustainable solution, with progress payments tied to design and construction milestones. Key dates include a design meeting shortly after contract award and a preconstruction meeting before work begins. The project schedule must be submitted in electronic format, with updates required monthly.
    The government seeks a contractor to design and construct housing renovations for employees. The project entails deferred maintenance and essential upgrades across multiple buildings, including various replacements and modifications. Key objectives are designing development, construction documents, and final construction. The project involves renovating thirteen housing units, emphasizing temporary housing solutions. Contractors must submit comprehensive proposals, encompassing design and construction costs. The government encourages the inclusion of pricing for optional design and construction phases. Substantial emphasis is placed on inspection and acceptance procedures, with stringent requirements for contractor quality control and government oversight. Key trades and personnel are specified, and contractors must assign appropriately qualified individuals. Relevant clauses cover contract administration, key personnel substitutions, and responsibilities regarding design accuracy and coordination. The contract incorporates FAR clauses on definitions, ethics, and anti-segregation measures, among others. Contractors must agree not to use Kaspersky Lab products and adhere to telecommunications equipment and services prohibitions. Critical dates include a ten-day window for work commencement post-award and a two-year completion deadline. Evaluation criteria weight factors such as price, experience, past performance, and project understanding. Offerors must complete and submit their offers by the designated deadline.
    Procurement Objective: The primary objective of this procurement is to acquire cutting-edge cybersecurity solutions to enhance the security posture of our agency's IT infrastructure. We seek innovative technologies and expertise to mitigate emerging threats and safeguard sensitive data. Specifically, we require advanced firewall and network security solutions, robust identity and access management tools, and comprehensive security awareness training for our staff. Specifications and Requirements: - Advanced Firewall and Network Security: Cutting-edge technology to safeguard our network perimeter, featuring intrusion prevention, advanced threat detection, and real-time traffic analysis. - Identity and Access Management (IAM): Robust IAM solutions for seamless and secure access control, supporting multi-factor authentication and single sign-on capabilities. - Security Awareness Training: Interactive and engaging training programs to educate our employees on cybersecurity best practices, fostering a security-conscious culture. Scope of Work: Successful vendors will be responsible for supplying and configuring the above cybersecurity solutions. This includes end-to-end implementation, integration with existing systems, and providing post-implementation support. Vendors should also be prepared to offer customized training and consultation to our IT team to ensure a smooth transition and effective solution adoption. Contract Details: The contract will likely be a firm-fixed-price agreement, estimated at a value of $2 million for a two-year period. Key Dates: - Vendor proposals are due by 5 p.m. on June 10th. - Contracts will be awarded by July 1st, with an expected project commencement date of July 15th. Evaluation Criteria: Proposals will be evaluated based on their technical merit, with a focus on the innovativeness and effectiveness of the cybersecurity solutions offered. Cost considerations and vendor expertise will also factor into the evaluation process. Can you please provide a concise summary of the key procurement-related information contained in this file?
    Procurement Objective: The primary objective of this procurement is to acquire cutting-edge cybersecurity solutions to enhance the security posture of our agency's IT infrastructure. We seek innovative technologies and expertise to mitigate emerging threats and safeguard sensitive data. Specifically, we require advanced firewall technologies, intrusion detection and prevention systems, and comprehensive security management solutions. Specifications and Requirements: - Advanced Firewall Technologies: High-performance hardware or software-based solutions with granular control and real-time threat intelligence integration. - Intrusion Detection and Prevention Systems (IDPS): Sensitivity to detect and prevent advanced threats, supporting multiple protocols and network layers. - Security Management Solutions: Centralized management platforms for security devices, identity access management, and security information and event management (SIEM) capabilities. Scope of Work: Successful vendors will be responsible for supplying and configuring the above cybersecurity solutions, ensuring integration with our existing systems. They should also provide user training and ongoing support, including regular security audits and incident response. Contract Details: The contract is anticipated to be a Firm-Fixed-Price (FFP) agreement with a potential value of $2 million for a two-year period. Key Dates: Vendor proposals are due by 5 p.m. on March 15th, 2024. We expect to award the contract within four weeks of the submission deadline. Evaluation Criteria: Proposals will be evaluated based on their technical merit, with a focus on the effectiveness and innovativeness of the proposed cybersecurity solutions. Cost considerations and past performance references will also be taken into account. Write the concise summary as requested.
    The government agency seeks to amend an existing solicitation, extending the submission deadline. The original solicitation sought a contractor to provide goods or services, although the exact details are redacted. This amendment extends the deadline for submitting questions and RFIs to July 30th, 2024, and the final solicitation deadline to August 9th, 2024. It also updates the point of contact emails to James Waller at james_waller@nps.gov and Brian Baugh at brian_baugh@contractor.nps.gov. Offerors are required to acknowledge receipt of this amendment by the specified dates. All other terms and conditions of the original solicitation remain unchanged.
    The primary objective of this procurement is to obtain extensions for the solicitation due date related to a previous contract, identified as 140P2024R0139. The amendment, issued on July 2nd, 2024, aims to push the Phase I solicitation due date to August 14th, 2024, while also clarifying that the agency is no longer accepting RFIs or questions. All other terms and conditions of the original solicitation remain in effect. This amendment serves as a crucial update to the solicitation process, and offerors are required to acknowledge its receipt prior to the extended deadline. It's important to note that any changes to already submitted offers must also be submitted before this deadline. The contracting officer responsible for this procurement is James Waller.
    The government seeks bids for a construction project, titled GRSA 315541 Rehabilitate Employee Housing, with an estimated magnitude of over $10 million. Offerors are required to submit proposals detailing their approach, with a stipulation that the project must be completed within 730 calendar days. The work involves rehabilitating employee housing, with a specified budget of $11,117,730 for construction. Key dates include a pre-proposal site visit mentioned in Phase II and a submission deadline of 08/05/2024. The evaluation of proposals will likely consider factors such as price and compliance with the detailed work requirements outlined in the solicitation. If funds become available, a contract will be awarded, and the successful bidder will be expected to provide performance and payment bonds. This comprehensive RFP outlines the project objectives, work scope, evaluation criteria, and administrative details.
    Lifecycle
    Title
    Type
    GRSA
    Currently viewing
    Solicitation
    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.
    Y--PEFO 267538 Rehabilitate Painted Desert Community Complex
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Painted Desert Community Complex (PDCC) located at Petrified Forest National Park in Arizona. This project aims to enhance the facilities within the complex, which includes key buildings such as the Visitor Center/Admin Building and Maintenance Building, and is part of the federal commitment to preserve and improve park infrastructure. A mandatory pre-proposal site visit is scheduled for September 12, 2024, from 9:00 AM to 3:00 PM MDT, with interested parties required to pre-register via email. For further inquiries, potential bidders can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    RENEWAL OF BAKER BEACH RESTROOM FACILITY
    Active
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking renovation and construction services for multiple projects. These projects include upgrading restroom facilities at Baker Beach to improve durability and user experience while ensuring historical preservation. The procurement process prioritizes experience and past performance and aims to appoint a single service provider. One of the key projects involves renovating public restroom facilities at Golden Gate National Recreation Area, requiring replacement of fixtures, signs, and interior upgrades, along with temporary toilet facilities during the renovation period. The agency seeks a cost-effective and timely solution, with an estimated budget of $250,000 to $500,000, and a completion timeline of just 60 days. Contact Robert Barnes at robertjbarnes@nps.gov for more information. Deadlines for submission vary across documents, with some stating a due date of June 15th and others referencing a June solicitation number.
    Y--ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the ROMO 327127 Bridge Preservation project in Rocky Mountain National Park, Colorado. The procurement aims to solicit proposals for a firm-fixed price contract, with an estimated value between $2 million and $5 million, and a project duration of approximately 660 calendar days, which may be impacted by limited winter access and tight construction limits. This project is crucial for maintaining the integrity of park infrastructure while ensuring minimal disruption to visitor access and park operations during construction. Interested vendors should register on SAM.gov and obtain a Unique Entity Identifier (UEI) to participate, with the official solicitation expected to be released around September 20, 2024. For further inquiries, contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.
    Z--RODENT INFESTATION WASTE CLEANUP
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for a federal contract focused on rodent infestation waste cleanup at the Boulder Beach Ranger Station within the Lake Mead National Recreation Area. The project entails the removal of hazardous materials, including insulation and HVAC systems contaminated by rodent activity, followed by renovations to enhance the building's resilience against future infestations. This initiative is crucial for maintaining safe facilities for both staff and visitors, ensuring compliance with federal and state safety regulations. Interested small businesses must submit their bids electronically by September 13, 2024, at 1:00 PM Pacific Time, with a project budget estimated between $100,000 and $250,000. For further inquiries, bidders can contact Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909.
    Little Bear Campground Reconstruction
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the reconstruction of the Little Bear Campground and Day Use Area located in Delta, Colorado. The project involves comprehensive demolition and construction activities, including site preparation, utility improvements (water, sewer, and electrical), and the installation of pre-cast concrete toilets, among other enhancements to the campground facilities. This initiative is part of the Great American Outdoors Act (GAOA) and aims to improve recreational facilities for public use. Interested contractors should note that the budget for this project is estimated between $1 million and $5 million, with proposals due by September 11, 2024, at 4:00 PM CDT. For further inquiries, potential bidders can contact Crystal Amos at crystal.amos@usda.gov or by phone at 618-467-8347.
    Y--N. RANGELY OHV IMPROVEMENTS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting bids for the North Rangely Off-Highway Vehicle (OHV) Area Improvements project in Rio Blanco County, Colorado. The project involves the installation of a government-furnished precast concrete toilet building, contractor-furnished amenities such as a steel cabana and precast concrete picnic tables, along with aggregate surfacing material. This initiative aims to enhance recreational facilities in the area, promoting outdoor activities and improving visitor experiences. Interested small businesses must submit their bids by August 20, 2024, with a project budget estimated between $25,000 and $100,000, and a performance period from October 1, 2024, to January 31, 2025. For further inquiries, bidders can contact Contracting Specialist Courtni Strickland at c1strickland@blm.gov or Contracting Officer Robert Hall at rhall@blm.gov.
    INDU 305176 - Marquette Greenway Trail Constructio
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the construction of the Marquette Greenway Trail at Indiana Dunes National Park. This project involves the development of a multi-use trail extending approximately 2.5 miles, featuring a ten-foot-wide asphalt path with gravel shoulders, and the replacement of an existing pedestrian bridge with a new structure designed for both vehicles and pedestrians. The initiative aims to enhance regional connectivity while safeguarding sensitive dune ecosystems, reflecting the government's commitment to sustainable infrastructure and public access. Interested contractors should note that this is an 8(a) set-aside opportunity with an estimated construction cost between $1 million and $5 million, and they must submit their proposals by the specified deadline, with inquiries directed to Brenda Smith at brendasmith@nps.gov or by phone at 720-315-2035.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, including upgrades to wastewater collection, treatment systems, and the SCADA control network, while ensuring compliance with environmental regulations and sustainability standards. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted utility services for public use. Interested contractors must submit their proposals by September 17, 2024, and can direct inquiries to James Waller at jameswaller@nps.gov or call 303-969-2488.
    ROOF REPLACEMENT QUARTERS 1
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for the roof replacement project at Quarters 1, located at the Carolina Sandhills National Wildlife Refuge in McBee, SC. The project involves replacing the roof of the quarters, as well as a detached carport and garage, with an estimated cost under $25,000 and a performance timeline from September 23, 2024, to November 22, 2024. This initiative is part of the federal commitment to maintaining infrastructure within national wildlife refuges, ensuring safety and environmental stewardship. Interested contractors must submit their proposals, including pricing breakdowns and technical approaches, by the specified deadline, and are encouraged to contact Christina Mann at christinamann@fws.gov or 571-547-3499 for further inquiries. A site visit is scheduled for August 27, 2024, with questions due by August 29, 2024.