INSTALL BOAT DOCK COVERS AT WILLOW BEACH MARINA 3
ID: 140P8125B0005Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF RECREATION FACILITIES (NON-BUILDING) (Z2PA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is soliciting bids for the installation of boat dock covers at Willow Beach Marina, Arizona. The project aims to enhance the marina's facilities by providing protective covers for twenty-six boat slips on Dock 3, utilizing high-strength structural steel and adhering to specific design criteria to withstand harsh environmental conditions. This initiative is crucial for maintaining recreational infrastructure and ensuring the safety of vessels against desert elements. Interested contractors should note that the bid submission deadline has been extended to June 15, 2025, at 1:00 PM Pacific Time, with a public bid opening scheduled for 24 hours later via Microsoft Teams. For further inquiries, contact Bradley Metler at Bradley_Metler@nps.gov.

    Point(s) of Contact
    Metler, Bradley
    Bradley_Metler@nps.gov
    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.
    The Lake Mead National Recreation Area is soliciting bids for the purchase and installation of a covering for Marina Dock 3 at the Willow Beach area. The project entails the design, fabrication, and installation of a dock slipcover spanning 82 feet wide by 244 feet long, intended to protect public user boats from harsh environmental conditions. Contractors must provide all labor, materials, and equipment, ensuring compatibility with the freshwater marine environment. Key project requirements include the use of high-strength structural steel, the provision of an anchoring system, and adherence to specified load capacities for wind and snow. Contractors will need to maintain public access to the existing launch ramps and submit regular progress documentation, including daily work logs and materials handling protocols. A pre-bid site visit will be organized, and it is essential for contractors to comply with safety regulations and environmental standards, especially regarding the prevention of invasive species like the Quagga Mussel. The project duration is set at 90 days following a Notice to Proceed, marking a significant investment in enhancing recreational facilities at Lake Mead.
    The project outlined in this document involves the purchase and installation of a dock cover system for Marina 3 at Willow Beach, located within the Lake Mead National Recreation Area. The aim is to enhance the marina's docking facilities, providing protection against harsh desert conditions for the twenty-six slips with a roof structure designed to withstand specific wind and snow loads. Key elements of the work include the design, fabrication, and installation of a slipcover system using high-strength structural steel, along with proper anchoring and utility considerations. The contractor will need to ensure the project's compliance with environmental regulations, including procedures for cleaning equipment to prevent the spread of invasive species. The contract stipulates various responsibilities for the contractor, such as maintaining public access to marina facilities, coordinating with park officials, and providing progress documentation, including safety plans and daily logs. A pre-bid site visit will also be conducted. The contractor must also engage in project management practices, ensuring safety and environmental compliance throughout the project. The performance timeline is outlined, with work to commence within 30 days of receiving a Notice to Proceed (NTP) and to be completed within 90 calendar days. This initiative reflects a commitment to improving recreational facilities while adhering to federal regulations and environmental protection standards.
    The document outlines federal wage determinations for construction projects in Arizona, specifically in Coconino, Mohave, and Yavapai Counties. Under the Davis-Bacon Act, contracts must comply with minimum wage rates established by Executive Orders 14026 and 13658, applicable based on the contract's award date or renewal. For 2025, covered workers must receive at least $17.75 or $13.30 per hour depending on the contract specifics. The document provides specific wage rates for various labor classifications, including bricklayers, electricians, and laborers, alongside corresponding fringe benefits. It also details the appeals process for wage determination decisions and outlines how rates from surveys or union agreements are categorized. The purpose of this wage determination is to ensure fair compensation for workers on federally funded building projects, fulfilling regulatory and labor standards within government RFPs and grants. Adherence to conditions is crucial for contractors involved in these projects, highlighting accountability and worker protection throughout construction efforts.
    The document clarifies requirements under the Federal Acquisition Regulation (FAR) 36.211(b) regarding construction contract administration, specifically focusing on the policies and procedures for definitizing equitable adjustments due to change orders. It emphasizes that agencies must outline their processes for these adjustments and present data on the time taken to definitize them. Essential information related to these guidelines is accessible through the provided DOI link. This guidance is crucial for federal agencies involved in construction contracts to ensure compliance and facilitate transparency in managing changes during construction projects. The emphasis on adjustment definitization aims to streamline contract management and enhance operational efficiency across government construction initiatives.
    The National Park Service is organizing a site visit for the Willow Beach Marina Dock Cover project, designated as 140P8125B0005. Scheduled for May 7, 2025, at 9:00 AM local time, the gathering will take place at Willow Beach Marina, located in Willow Beach, Arizona. Attendees are required to RSVP to specified contacts—Carl Bush and Sam Luke—by 4 PM Pacific time on May 6, 2025. Participants should meet at the entry of Dock "D." This site visit is part of the process associated with federal requests for proposals (RFPs), aiming to prepare for potential project development at the marina. The focus on RSVP logistics and meeting arrangements underscores the importance of organized and efficient stakeholder engagement for government projects.
    The document outlines a federal government solicitation report detailing a contract under a Total Small Business set-aside. It spans a performance period from October 1, 2023, to September 30, 2028, primarily focusing on services except construction. The report includes financial specifics, listing total amounts paid to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS) across multiple task orders. While total contract values and various payments are indicated, specific amounts are mostly placeholders or noted as zero. The report emphasizes the limitation on subcontracting, which mandates that a certain percentage of the total payment to the prime contractor must be retained, restricting the amount paid to NSS. Throughout, there are directives for reporting under the limitations established in December 2016. The document serves to ensure compliance with federal procurement regulations, particularly regarding subcontractor payments and maintaining small business participation in government contracts.
    The document outlines the project specifications for the installation of a marina dock cover at Willow Beach within the Lake Mead National Recreation Area, managed by the National Park Service. The main goal is to provide protective covers for twenty-six boat slips on Dock 3 to shield the vessels from harsh desert conditions. Key requirements include using high-strength structural steel for the cover's supports, ensuring all materials are suitable for freshwater environments, and meeting specific design criteria to withstand significant wind and snow loads. The contractor is responsible for mobilization, site access via boats or work barges, and adhering to park regulations, including maintaining public access to launch ramps throughout the construction period. Safety protocols must be followed, including accident prevention plans, and training related to environmental protections and invasive species management. Daily logs of construction activities and proper documentation for required approvals must be maintained. The project is structured to ensure minimal disruption to the public and environmental compliance, demonstrating a commitment to both effective facility maintenance and ecological stewardship. The performance period is established at 90 calendar days, starting post-NTP issuance, emphasizing the importance of timely project execution while adhering to strict quality and safety standards.
    The document outlines a government solicitation Q&A for project 140P8125B0005, focusing on the construction specifications for a dock project, including its materials and construction processes. Key clarifications include the approval of A500-B steel tubing for dock columns, 16-gauge galvanized Zee purlins, and an acceptable coat weight of AZ50 for Galvalume roofing. The National Park Service (NPS) states that no permits or property surveys are required, and existing drawings of the docks or bathymetric surveys are unavailable. Contractors are reminded that the dock will be closed to public access during construction, requiring advance notification for boat relocation. Lastly, the anticipated 90-day construction timeline is clarified as beginning after the necessary submissions and reviews are completed. Overall, the document serves as an informative resource aimed at potential bidders, detailing essential specifications and addressing various inquiries to ensure compliance with project requirements.
    The document is an amendment to solicitation number 140P8125B0005, detailing modifications related to a government contract for a project managed by the National Park Service in Boulder City, NV. It outlines the requirements for contractors regarding acknowledgment of the amendment and provides instructions for how to submit changes or responses prior to the deadline. Crucially, it includes a Q&A from a site visit on May 7, 2025, assuring contractors that private vessels will be moved prior to construction and confirming that dock repairs from recent storms will be completed before contractor mobilization. The contract's period of performance is established from July 1, 2025, to October 1, 2025. The document underscores that, apart from the specified changes, all other terms remain in effect, reflecting typical practices related to federal contracting and solicitation processes. This amendment ensures transparent communication and clarifies operational details for effective contractor engagement.
    The document is an amendment to solicitation number 140P8125B0005 by the National Park Service for a project related to Lake Mabo in Boulder City, Nevada. It includes instructions for bidders regarding the acknowledgment of receipt of this amendment and the submission of offers. Key changes include an extension of the bid submission deadline to June 15, 2025, at 1:00 PM Pacific Time, with bid openings occurring 24 hours later via Microsoft Teams. The amendment specifies a period of performance from July 1, 2025, to October 1, 2025, and outlines various methods for submitting changes to offers. Attached documents include a Q&A sheet and amendments to the statement of work. The amendment also notes that all previous terms of the original solicitation remain unchanged unless stated otherwise. This amendment serves to ensure proper communication and compliance with the updated procurement schedule.
    The document serves as an amendment to solicitation number 140P8125B0005, detailing changes and updates to the terms of a federal contract. This amendment, labeled Amendment 00003, provides essential documentation including attachments such as Q&As, site plans, and the statement of work as amended. Key updates include the extension of the bid submission deadline to June 15, 2025, at 1300 Pacific Time, with a bid opening scheduled for 24 hours post-close. The public bid opening will take place via a Microsoft Teams meeting, with specified call-in options for participants. The period of performance for the contract is set from July 1, 2025, to October 1, 2025. Acknowledgment of this amendment by contractors is required, either by signing and returning copies or via electronic correspondence, ensuring compliance with deadlines to avoid rejection of offers. Overall, this amendment aims to clarify the solicitation details, provide necessary documentation, and ensure participation in the bidding process within specified timelines, maintaining transparency and facilitating engagement in government contracting processes.
    The document outlines a federal Invitation for Bids (IFB) for the installation of a dock cover at Willow Beach Marina, Arizona. The estimated project value ranges from $250,000 to $500,000 and is classified under NAICS Code 237990 for commercial construction. Interested contractors are invited to participate in a site visit scheduled for May 7, 2025, with a cut-off date for RSVPs of May 6, 2025. The work must comply with provided specifications and drawings, and performance is expected to commence within 10 calendar days after the notice to proceed, culminating in a total project duration of 90 days. The bidding process requires sealed offers submitted electronically, which must include various completed forms and may necessitate performance and payment bonds. The duct cover installation work is categorized under the service code Z2PA and involves adherence to a series of regulatory and contractual obligations, including labor standards and safety requirements. This solicitation reflects the government's commitment to maintaining infrastructure while ensuring fair competitive practices among contractors.
    Similar Opportunities
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction initiative, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with inquiries directed to Ireishal Adams at Ireishal.C.Adams@usace.army.mil or William Wallace at William.J.Wallace@usace.army.mil.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.