Repair Bow Creek Fence
ID: 140P6425Q0024Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 4:00 PM UTC
Description

The National Park Service, under the Department of the Interior, is seeking qualified contractors to repair and replace segments of the Bow Creek Fence at the Missouri National Recreational River Headquarters in Yankton, South Dakota. The project involves removing downed vegetation, repairing existing fencing, and installing new treated wood posts and H-braces to ensure the fence meets acceptable standards and prevents cattle access during repairs. This initiative is crucial for maintaining park boundaries and ensuring public safety within national recreational areas. The estimated contract value ranges from $25,000 to $100,000, with a firm-fixed price contract set aside exclusively for small businesses. Interested contractors must contact Jarrod Brown at jarrod_brown@nps.gov or 234-571-7515 for further details and are required to register in the System for Award Management (SAM) prior to bidding. The project timeline stipulates completion within 120 days from the Notice to Proceed.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 7:08 PM UTC
Apr 4, 2025, 7:08 PM UTC
The U.S. Department of Interior's National Park Service has issued a Price Schedule for the construction project aimed at repairing the Bow Creek Fence in the Missouri National Recreational River area, located in Yankton, SD. The document details various components needed for the project, including mobilization/demobilization, site preparation and demolition, and beach access upgrades, all categorized by tasks associated with labor and equipment. Each item lists a unit quantity, price per unit, and space for subtotals, overhead costs, profit margins, and bond percentages. The purpose of this Price Schedule is to facilitate the procurement process for contractors, outlining the financial requirements for the successful completion of the project. The project underscores the National Park Service's commitment to maintaining infrastructure within national recreational areas to ensure public safety and accessibility.
Apr 4, 2025, 7:08 PM UTC
The file outlines a pricing schedule related to a construction project managed by the U.S. Department of the Interior, specifically through the National Park Service's Facility Management Division. The project is focused on repairing the Bow Creek Fence located at the Missouri National Recreational River in Yankton, South Dakota. The price schedule encompasses various components such as mobilization and demobilization costs, site preparation and demolition, and site improvements, including beach access upgradesā€”each categorized by labor and equipment. Subtotals for each item, along with overhead costs, profit margins, bonds, and a grand total, are also included. This pricing structure is typical for federal RFPs, indicating a systematic approach to budgeting for construction work. Overall, the document serves as a financial framework for contractors to assess and bid on the specified repair project while ensuring compliance with government procurement practices.
Apr 4, 2025, 7:08 PM UTC
The document outlines the provisions related to telecommunications and video surveillance equipment and services in federal contracts, particularly under representation requirements set forth by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must assert whether they provide or use "covered telecommunications equipment or services" in their contractual offerings. The prohibitions include contracting for equipment that constitutes a "substantial or essential component" of any system that employs such equipment. The offeror must conduct due diligence and submit representations confirming their compliance. Specifically, if aware of any use of covered services, detailed disclosures are required, including the entity of origin, descriptions of the equipment, and intended use. Additionally, offerors are directed to check the System for Award Management (SAM) for excluded parties. This provision emphasizes adherence to federal regulations aimed at safeguarding against potential vulnerabilities in telecommunications, ensuring any awarded contracts possess compliant specifications.
Apr 4, 2025, 7:08 PM UTC
The document outlines a Request for Proposal (RFP) for a construction project by the National Park Service, focused on repairing the Bow Creek fence in Cedar County, Nebraska. The project includes the removal of downed vegetation and necessary repairs to ensure the fence meets acceptable standards. The estimated cost ranges from $25,000 to $100,000, with a total small business set aside. A firm-fixed price contract will be utilized, requiring bidders to attend a scheduled site visit. Key submission requirements and performance expectations include starting work within 10 calendar days after receiving the notice to proceed and completing the job within 120 calendar days. Contractors must also adhere to the Construction Wage Rate Requirements for Cedar County. Several provisions and contract clauses govern compliance, inspection processes, and payment methods, including electronic invoicing through the Invoice Processing Platform (IPP). Overall, the RFP emphasizes comprehensive contractor responsibilities regarding quality assurance, project timelines, and adherence to federal regulations to ensure effective execution of the project.
Apr 4, 2025, 7:08 PM UTC
The Missouri National Recreational River is seeking a contractor for the repair and replacement of fencing at the Bow Creek Recreation Area, a project initiated due to labor challenges. The contract stipulates the removal of damaged vegetation, repairs to existing fencing, and the installation of new treated wood posts and H-braces. The contractor is responsible for replacing specific T-posts and ensuring the fence remains secure to prevent cattle from accessing the area during repairs. The project requires adherence to a specified timeline of 120 days from the Notice to Proceed and mandates the protection of historical and archaeological resources as well as existing utilities. Contractors must conduct operations minimizing public disruption and comply with safety regulations, including noise management and the use of personal protective equipment. Final project closeout will involve comprehensive clean-up and submission of photographic documentation of work throughout the project. This initiative demonstrates the National Park Service's commitment to maintaining park boundaries while ensuring compliance with safety and environmental standards.
Lifecycle
Title
Type
Repair Bow Creek Fence
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
Mill Springs Battlefield NM Split Rail Fencing
Buyer not available
The National Park Service is seeking a qualified vendor to supply and install split rail fencing at the Mill Springs Battlefield National Monument in Nancy, Kentucky. The procurement requires the delivery of 4,340 pieces of 10-foot western red cedar logs, which must meet specific preparation standards, including kiln drying to prevent invasive species, and a physical sample must be approved prior to purchase. This initiative is crucial for the preservation of historical sites and aligns with federal standards for environmental awareness and quality compliance. Interested small businesses must register in the System for Award Management (SAM) and submit their quotes by April 24, 2025, with any inquiries directed to Ashley Warcewicz at ashleywarcewicz@nps.gov by April 15, 2025.
Fire Suppression System Repairs, Congaree
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for fire suppression system repairs at Congaree National Park in South Carolina. The project involves repairing and replacing the fire pump and diesel engine to comply with national and local codes, and it is set aside for Indian Small Business Economic Enterprises (ISBEE). This procurement is crucial for maintaining safety standards within the park, ensuring effective fire protection measures are in place. Interested contractors should note that the estimated project value ranges from $100,000 to $250,000, with a performance period from June 2, 2025, to December 1, 2025. For inquiries, potential bidders can contact Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work and making significant renovations, including repairing utility systems, replacing the roof, and constructing a new two-story addition to enhance accessibility and visitor engagement. The Visitor Center, classified as a historic resource, will be closed during renovations, although the park will remain open to the public. Interested businesses, both large and small, must submit their qualifications, bonding capacity, and relevant experience by April 22, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research for this competitive acquisition process.
SPRINKLER SYSTEM REPAIR AT NEW RIVER GORGE NATIONA
Buyer not available
The Department of the Interior's National Park Service is seeking qualified contractors to perform sprinkler system repairs at New River Gorge National Park and Preserve in Glen Jean, West Virginia. The project involves the replacement and repair of the fire suppression system, requiring contractors to provide all necessary labor, materials, and supervision while adhering to the International Fire Code and NFPA 13 standards. This initiative is crucial for maintaining safety standards within the park and ensuring the functionality of fire suppression systems. Interested small businesses must submit their quotes electronically to the contracting officer, Deborah Coles, by April 25, 2025, with evaluations based on price and prior performance in similar projects.
Z--REPLACE SHINGLES ON 2 HISTORIC HOUSES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking proposals for the replacement of wood shingles on two historic buildings located at the Herbert Hoover National Historic Site in West Branch, Iowa. The project requires contractors to provide all necessary labor, materials, tools, and equipment to complete the roofing work, with a contract value estimated between $100,000 and $250,000. This opportunity is significant as it involves the preservation of historic structures, and the contract is set aside 100% for Total Small Businesses, with evaluations based on technical merit, past performance, and price. Interested contractors should note that the solicitation will be publicly available in late April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for award; for further inquiries, contact Joseph Bac at josephbac@nps.gov or 402-800-8733.
Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
Buyer not available
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.
Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a pre-solicitation notice for a Request for Proposal (RFP) focused on repairing the earthen roof structure of Fort Tompkins at the Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to enhance the roof's water-repelling capabilities to address ongoing water infiltration issues that have caused damage to the masonry. This project is significant for preserving the structural integrity of the historic site, and it will be executed as a firm fixed-price contract under NAICS code 238190, with a small business size standard of $19 million and an estimated project cost between $1 million and $5 million. Interested contractors must register in the SAM system to participate, and the RFP is expected to be released by April 14, 2025, with a project duration of 365 days from the Notice to Proceed. For inquiries, contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
Scaffolding for Vicksburg National Military Site -
Buyer not available
The Department of the Interior, through the National Park Service, is seeking small businesses to provide scaffolding for the New York Monument at Vicksburg National Military Park in Mississippi. The procurement involves the design, erection, assembly, and installation of OSHA-compliant scaffolding to facilitate necessary cleaning and masonry work on the historic granite obelisk monument, which requires access to all sides and surfaces. This project underscores the government's commitment to preserving historical sites while ensuring safety and quality standards during the work process. Quotes are due by April 23, 2025, following a site visit on March 12, and interested parties can contact Franklin Mahan at franklinmahan@nps.gov or 240-741-3727 for further information.
Barricades for Bent's Old Fort National Historic S
Buyer not available
The National Park Service (NPS) is soliciting quotes for the provision of portable safety barrier barricades at Bent's Old Fort National Historic Site in La Junta, Colorado, under Request for Quotation (RFQ) number 140P1225Q0038. The procurement requires approximately 1,300 linear feet of galvanized steel barricades, designed to be 40 inches in height, with features that allow for easy interconnection and stacking, aimed at securing a newly constructed trail while preventing visitor access during closure. This initiative underscores the government's commitment to enhancing safety and accessibility within national park facilities. Interested small businesses must submit their quotes by April 11, 2025, at 2:00 PM MDT, and can contact Kimberly Steele at kimberlysteele@nps.gov for further details.
Y--Box Culvert Installation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the installation of a box culvert on Sandpoint Road in Pictured Rocks National Lakeshore, Michigan. The project involves constructing a 4-foot wide by 10-foot long culvert to restore natural water flow between Lake Superior and coastal wetlands, while also replacing the existing road section over the structure. This initiative is part of the government's commitment to infrastructure improvement and environmental preservation, with an estimated construction cost ranging from $500,000 to $1,000,000. Interested small businesses must acknowledge receipt of the solicitation amendment and submit bids electronically by the specified deadline, with a mandatory site visit scheduled for April 16, 2025, at 10:00 AM EDT. For further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or call 330-468-2500.