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.
    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.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.
    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, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    San Juan Bridge Campground Road & Spur Deferred Maintenance (GAOA)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the San Juan Bridge Campground Road & Spur Deferred Maintenance project located in Pagosa Springs, Colorado. The contractor will be responsible for providing all necessary materials, labor, and equipment to complete road resurfacing and campground maintenance, with a project budget estimated between $100,000 and $250,000. This initiative is part of the Great American Outdoors Act, aimed at enhancing public recreational spaces while ensuring compliance with environmental regulations. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Nation Renewable Energy Lab, RFP-2024-24045, Exterior Insulation and Finish Systems (EIFS) Repair
    Active
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the repair and restoration of Exterior Insulation and Finish Systems (EIFS) at its facilities in Golden, Colorado, under Request for Proposals (RFP) RFP-2024-24045. The selected subcontractor will be responsible for providing all necessary personnel, materials, and services to ensure timely and professional EIFS repairs, adhering to specified guidelines and manufacturer recommendations. This procurement is a total small business set-aside, emphasizing compliance with federal regulations and safety standards, with proposals due by October 11, 2024. Interested parties must submit a Notice of Intent to Propose by September 20, 2024, and can contact Steve Cummock at steve.cummock@nrel.gov or 303-275-2958 for further information.
    Little Bear Campground Reconstruction
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the reconstruction of the Little Bear Campground located in Delta, Colorado. This project involves comprehensive demolition and construction activities, including site preparation, utility improvements (water, sewer, and electrical), and the installation of new amenities such as pre-cast concrete toilets, picnic tables, and fire rings. The reconstruction aims to enhance recreational facilities, ensuring they meet modern standards and improve visitor experiences. Interested contractors should note that the project has a budget between $1 million and $5 million, with a performance period extending from September 30, 2024, to November 14, 2025. A mandatory site visit is scheduled for August 23, 2024, and proposals must be submitted by September 17, 2024, at 12:00 p.m. CDT. For further inquiries, contact Crystal Amos at crystal.amos@usda.gov or call 618-467-8347.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    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 the Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with an estimated construction cost exceeding $10 million and proposals due by October 4, 2024.