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 upgrades—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
THRO South Unit Fence Construction
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the construction of a new fence at Theodore Roosevelt National Park's South Unit in Medora, North Dakota. The project involves replacing an existing 6-foot fence with a 7-foot galvanized steel mesh fence over approximately 1.44 miles, with an additional bid option for 0.56 miles, aimed at enhancing wildlife management and visitor safety. This initiative is critical for managing local bison, elk, and feral horse populations while ensuring minimal environmental impact and compliance with federal regulations. Interested small businesses must submit sealed bids by the specified deadline, with the contract value estimated between $500,000 and $1,000,000. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
Y--SARA 257238 SARATOGA BATTLEFIELD TOUR STOP 7 DRAINAGE ISSUES
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to address drainage issues at Tour Stop 07 of the Saratoga National Historic Park. The project involves site construction activities, including grading and the installation of a drainage system, with a budget range of $250,000 to $500,000. This initiative is crucial for preserving the historical integrity of the site while ensuring visitor safety and minimizing disruption during construction. Interested contractors must submit their responses to the Sources Sought Notice by May 5, 2025, with a Request for Proposals anticipated by June 15, 2025. For further inquiries, potential bidders can contact Malissa Crofoot at malissacrofoot@nps.gov or by phone at 720-607-3973.
55--Mill Springs Battlefield NM Split Rail Fencing
Buyer not available
The National Park Service is seeking qualified vendors 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 logs made from western red cedar or an approved alternative, with strict adherence to preparation standards, including kiln drying to prevent invasive species. This project is vital for the preservation of historical sites and reflects the government's commitment to environmental awareness and quality standards. Interested small businesses must register in the System for Award Management (SAM) and submit their quotes by April 24, 2025, at 1 PM EST, with questions 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.
FOST CAPSTONE & SIDEWALK REPAIR
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the FOST Capstone and Sidewalk Repair project at Fort Stanwix National Monument in Rome, New York. The project involves the replacement and repair of approximately 1,600 linear feet of sidewalks and securing capstones, requiring contractors to provide all necessary labor, materials, tools, and supervision. This initiative is crucial for maintaining the historical integrity and safety of the site, with an estimated project cost between $25,000 and $100,000. Interested small businesses must submit their bids in compliance with federal regulations, including wage determinations under the Davis-Bacon Act, and are expected to commence work within ten days of receiving the notice to proceed, completing the project within 120 calendar days. For further inquiries, contractors can contact Melvin Gartrell at melvingartrell@nps.gov.
Rivers Project Office Boundary Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army through the W07V Endist St. Louis office, is seeking qualified small businesses for the Rivers Project Office Boundary Maintenance contract. This project entails the maintenance of the USACE boundary line along specified sections of the Mississippi River and the Lower Illinois River, covering a total distance of approximately 50.05 miles, and includes the replacement of missing and damaged monuments by a certified surveyor for up to 108 surveyor hours. The services required fall under the NAICS code 541370, focusing on surveying and mapping services, which are crucial for maintaining accurate boundary lines and ensuring compliance with conservation regulations. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or 314-331-8506, or Angie Grimes at angie.l.grimes@usace.army.mil or 314-331-8965 for further details regarding this total small business set-aside opportunity.