Y--INSTALL BOAT DOCK COVERS AT WILLOW BEACH MARINA 3 - Lake Mead National Recreati
ID: 140P8125B0005Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RECREATION FACILITIES (NON-BUILDING) (Y1PA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking contractors for the installation of boat dock covers at Willow Beach Marina within the Lake Mead National Recreation Area. The project involves supplying labor, materials, and equipment to design and install slip covers for 26 slips on Dock 3, ensuring they meet specific structural requirements to withstand harsh desert conditions, including snow and wind loads. This initiative is part of federal efforts to enhance recreational facilities while maintaining environmental integrity and ensuring public access to launch ramps. Interested contractors should contact Caroline Bachelier at caroline_bachelier@nps.gov for further details, with the project expected to last approximately 90 days following material procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the National Park Service for the installation of a marina dock cover at Willow Beach within Lake Mead National Recreation Area. The project requires the contractor to supply labor, materials, and equipment to design and install slip covers for 26 slips on Dock 3, designed to withstand harsh desert conditions, including specific structural requirements for snow and wind loads. Contractors must use high-strength materials compatible with freshwater environments, and submit approved plans and submittals signed by a professional engineer. Key components include site access restrictions, coordination with park personnel, and ensuring public access to launch ramps. Daily logs documenting work progress are mandatory, alongside rigorous environmental compliance measures such as equipment cleaning to prevent the spread of invasive species. The project's duration is approximately 90 days, commencing after material procurement and requiring adherence to safety standards and park regulations. This RFP highlights federal efforts to improve recreational facilities while maintaining environmental integrity and minimizing disruption to public access.
    Lifecycle
    Similar Opportunities
    AZ HAVASU NWR BOAT RAMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to replace the concrete boat ramp at the Havasu National Wildlife Refuge in Mohave Valley, Arizona. The project involves the removal of the existing ramp and the construction of a new ramp with identical dimensions, requiring the provision of labor, materials, and equipment, all while adhering to environmental and safety standards. This initiative is part of the government's commitment to maintaining recreational facilities that support public access to federal lands. Interested contractors should submit their proposals by the specified deadlines, with the project budget estimated between $25,000 and $100,000, and inquiries directed to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    Z--LAKE - AIRPLANE HANGER DOOR CONVERSION
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the conversion of the cable lift system to a hydraulic strap lift system for two bifold hangar doors at Boulder City Airport in Nevada. The project involves the removal and disposal of existing steel cable systems, installation of a new strap lift system, and necessary modifications to the structures, all while ensuring compliance with applicable building codes and safety regulations. This initiative is crucial for maintaining the infrastructure of the airport and enhancing operational safety in alignment with federal standards. Interested contractors must submit their sealed quotes by February 20, 2024, at 2:00 PM PST, and are encouraged to direct inquiries to Caroline Bachelier at carolinebachelier@nps.gov. The estimated construction magnitude is between $25,000 and $100,000, and the project is designated as a total small business set-aside.
    Y--NV Upper Carson Slough Backcountry Trail System
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge. The project requires sealed bids from qualified firms, with a contract magnitude estimated between $1,000,000 and $5,000,000, and mandates that work commence within 10 calendar days of notice to proceed, to be completed within 270 days. This construction project is vital for enhancing recreational access and environmental stewardship in the area. Interested contractors must acknowledge amendments to the solicitation and submit proposals by February 26, 2025, with questions due by February 7, 2025; for further inquiries, contact Shannon Barnhill at shannonbarnhill@fws.gov.
    GLCA Lees Ferry Water System Maintenance: Water I
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of the Lees Ferry water system in Glen Canyon National Recreation Area, specifically focusing on the replacement of water intake piping and pumps. This project requires contractors to remove and replace water intake structures while ensuring the continuous operation of the existing water distribution system, adhering to federal regulations and performance standards. The maintenance of this water system is crucial for the sustainability of water supply in the area, supporting both ecological and recreational needs. Interested contractors must submit their proposals by the specified deadline, with the contract period set from March 1, 2025, to June 30, 2025. For further inquiries, potential bidders can contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    GRCA River Mission 25-SRM015A
    Buyer not available
    The National Park Service (NPS) is soliciting bids for the LTEMP Experimental Vegetation Treatment River Mission at Grand Canyon National Park through a combined synopsis/solicitation. This procurement requires contractors to provide all necessary labor, materials, and supervision to execute the project as outlined in the attached scope of work (SOW). The initiative is crucial for managing vegetation along the river, ensuring ecological balance and compliance with federal regulations. Interested small businesses must submit their quotations by February 7, 2025, and are encouraged to include a capabilities statement detailing relevant experience. For further inquiries, Rebecca Myers can be contacted at rebeccamyers@nps.gov or by phone at 719-715-3625.
    Floating Boat Dock System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the installation of a Floating Boat Dock System at the Outdoor Recreation facility located at Patrick Space Force Base in Florida. The objective is to accommodate four boats, enhancing operational capabilities and customer satisfaction for the boat rental service that supports military families. This procurement is crucial for improving recreational facilities, as the existing dock is inadequate for current demands. Interested vendors must submit their proposals by February 25, 2025, and direct any inquiries to Kristin Doty at kristin.doty@spaceforce.mil or Charles Speed at charles.speed.2@spaceforce.mil. The project will be funded through the nonappropriated fund budget, emphasizing the importance of compliance with federal contracting regulations and ethical standards.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.
    Lahontan Basin Area Office (LBAO) Marble Bluff Hoi
    Buyer not available
    The Department of the Interior, through the Bureau of Reclamation, is seeking small businesses to provide maintenance and inspection services for the hoists at the Marble Bluff Dam and Fish Passage Facility in Nevada. The procurement, identified by RFQ number 140R2025Q0020, requires contractors to conduct thorough inspections, maintenance, and load testing of three specific hoists from March 3 to March 7, 2025, following manufacturer recommendations and federal safety standards. This initiative underscores the importance of maintaining critical infrastructure while ensuring minimal disruption to environmental operations during the fish passage season. Interested contractors can reach out to Sarah Rodrigues at srodrigues@usbr.gov or by phone at 916-978-5445 for further details.
    Requirement for 4 Fast River Buoys and 4 Solar Pow
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking responses from businesses capable of supplying four solar-powered flashing strobes and four fast river buoys for use at Hoover Dam in Boulder City, NV. This Sources Sought announcement aims to gather capability statements from interested firms to assess their experience and ability to fulfill the requirements, which will inform the procurement strategy, including potential set-asides for specific business classifications. The goods are essential for operational safety and efficiency at the dam, and responses must be submitted via email by 12:00 pm Pacific Time on February 11, 2025, to Noah Maye at nmaye@usbr.gov, referencing the number DOIRFBO250008 in the subject line.
    Z--NV-DESERT NWRC-WHIN-MARSH LEVEE REPAIR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking responses for the WHIN Marsh Levee Repair Project at the Pahranagat National Wildlife Refuge in Alamo, Nevada. This project involves the repair of the WHIN Marsh levee system, which is crucial for habitat management for migratory birds, particularly waterfowl, and includes the replacement of four water control structures and the design of a three-foot wide aluminum access catwalk with safety features. The initiative underscores the USFWS's commitment to wetland management and habitat preservation, with a primary NAICS code of 237990 and a size standard of $45 million. Interested businesses are encouraged to submit their Unique Entity Identifier (UEI), business type, and a document detailing their capabilities by February 7, 2025, to Shannon Barnhill at shannonbarnhill@fws.gov.