CRLA 245275 - Intelligent Transportation System
ID: 140P2025R0017Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of an Intelligent Transportation System (ITS) at Crater Lake National Park, under solicitation number 140P2025R0017. The project aims to enhance visitor safety by installing solar-powered, radar-activated roadway signs, portable changeable message signs, and web cameras to monitor conditions, with a construction magnitude estimated between $250,000 and $500,000. This initiative is crucial for improving traffic flow and reducing accidents within the park, reflecting the National Park Service's commitment to operational efficiency and visitor safety. Interested small businesses must submit sealed bids within 10 calendar days following the award notice, with project completion anticipated within 120 days; for inquiries, contact Brenda Smith at brenda_smith@nps.gov or call 720-315-2035.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) has issued a Sources Sought Notice (SSN) to gauge interest from businesses in a potential competitive acquisition related to an Intelligent Transportation System project at Crater Lake National Park, Oregon. This notice aims to gather information from both large and small businesses to inform the NPS's acquisition strategy, and no proposals are currently being accepted. The anticipated project has a budget ranging from $250,000 to $500,000, with an expected duration of 120 days, including provisions for adverse weather conditions. Key project components include installing solar-powered roadway signs, constructing a turnout for a portable sign, and installing web cameras and a static sign for wait times. The document outlines requirements for business submissions, including company information, bonding capacity, and relevant experience. The response deadline is set for November 14, 2024, and the expected RFP issuance is in winter 2024. The SSN underscores the government's efforts to evaluate market capabilities while fostering small business participation in federal projects.
    The document outlines a Sources Sought Notice for the CRLA 245275 project, focusing on gathering information from contractors regarding their qualifications for potential federal construction contracts. It solicits details on prime and subcontracting experience, bonding capacity, compliance readiness for Division 1 submissions, and expertise in installing outdoor cameras and working in park lands. Firms are also questioned about their preparedness for construction warranty clauses and the percentage of work they plan to self-perform. Additionally, it gauges their commitment to submit proposals when a construction solicitation is posted, with factors influencing that commitment identified. The stipulated submission deadline is noon Mountain Time on November 14, 2024, with submission directed to designated National Park Service contacts. This solicitation seeks to ensure that qualified contractors are lined up for upcoming work, reflecting federal priorities in public infrastructure projects.
    The National Park Service (NPS) issued a Sources Sought Notice to solicit information from interested businesses for an upcoming project at Crater Lake National Park, focusing on the installation of Intelligent Transportation Systems. This SSN aims to gather knowledge regarding potential bidders' qualifications to inform their acquisition strategy. The NPS is considering both large and small businesses due to the nature of the project, with an estimated construction magnitude between $250,000 and $500,000. Key project components include installing solar-powered traffic signs, constructing a turnout for portable messaging, and installing web cameras. Respondents are required to submit company details, bonding capacity, and evidence of experience with similar projects by November 14, 2024. The Park remains open during construction, necessitating careful planning to minimize visitor disruption. The anticipated request for proposals will be issued in winter 2024. This initiative underscores the government’s efforts to engage a diverse range of contractors while ensuring project specifications resonate with market capabilities.
    The National Park Service (NPS) is preparing to issue a pre-solicitation notice for a project titled "Intelligent Transportation System" located at Crater Lake National Park in Oregon. The project focuses on installing solar-powered radar-activated roadway signs, portable changeable message signs, constructing a turnout, striping a location along the scenic byway, and installing web cameras and static signs. This initiative is set aside for small businesses, including Small Disadvantaged Business and HUBZone firms, which must be registered and certified as required by federal regulations. The estimated contract price ranges between $250,000 and $500,000 with a performance period of approximately 120 days. The solicitation will be available electronically, and firms interested in this opportunity must monitor the System for Award Management (SAM) website for further updates. A site visit is planned, and prospective offerors are encouraged to plan for subcontracting needs through local Small Business Administration offices. This project underscores the NPS's commitment to enhancing safety and communication in national parks through technological improvements.
    The Crater Lake National Park's Intelligent Transportation System project aims to enhance visitor safety by installing solar-powered, radar-activated roadway signs, including icy road warning signs and queue warning signs at critical locations. The project also involves providing portable changeable message signs and installing web cameras to monitor conditions. It is part of a single prime contract that requires coordination with other contractors to ensure smooth operations and minimize disruptions to public access. Key requirements outlined include adherence to safety standards, minimizing environmental impact, and maintaining accessibility for park operations. The contractor must utilize designated areas for material storage and adhere to specified work hours and public use restrictions. Comprehensive project management practices, including a detailed construction schedule and communication protocols, are critical for successful project execution. Overall, this initiative reflects the National Park Service's commitment to improving visitor safety and operational efficiency within Crater Lake National Park.
    The document outlines a project focused on implementing Intelligent Transportation Systems (ITS) in Crater Lake National Park, managed by the National Park Service under the purview of the Department of the Interior. It includes detailed construction documents and plans, specifying various aspects like traffic sign details, PCMS (Portable Changeable Message Signs) turnout locations, and CCTV camera installations along significant park roads. Key elements consist of structural notes, design codes, and detailed implementation guidelines for signage and traffic management, ensuring compliance with federal standards. It incorporates geographical coordinates for precise locations, along with detailed scales for maps and drawings. The purpose of this initiative is to enhance visitor experience and safety within the park by improving traffic flow and managing queuing times effectively. The document serves as an essential reference for contractors and project managers involved in the execution of the system, highlighting the government’s commitment to upgrading infrastructure while ensuring environmental and safety considerations are met.
    The document outlines the Contract Price Schedule for the Crater Lake Intelligent Transportation System as part of a solicitation by the National Park Service (NPS), specifically the Denver Service Center (DSC). The solicitation number is 140P2025R0017, and it requires bidders to provide pricing for all line items, including total prices for lump-sum items and unit prices for unit-priced items. The file specifies that any calculation errors will be resolved in favor of the unit price over total price, and all proposed amounts must be rounded to whole dollars. Essentially, the document sets guidelines for contractors to ensure their proposals conform to specified requirements for providing transportation system improvements at Crater Lake. This project emphasizes compliance with contract document stipulations and seeks to develop a functional transportation system within the national park, enhancing visitor access and experience.
    The document appears to be a corrupted or unreadable file, making it impossible to extract coherent content, topics, or ideas relevant to government RFPs, federal grants, or state/local projects. The visible structures suggest that it may have been intended to convey complex information, potentially related to project outlines or funding announcements. However, due to its damaged state, no discernible main topic, key points, or structured argument can be identified. To accurately summarize and analyze the intent behind such a document, it would be necessary to obtain a legible version that maintains the original content integrity. Therefore, the current state of the document fails to provide actionable insights or information pertinent to government analysis.
    The document outlines the participation requirements and invoicing status for a government contract involving a prime contractor designated as a small business. It specifies the limitations on subcontracting for general construction projects, allowing up to 85% of the contract amount to be subcontracted to non-similarly situated subcontractors (NSS). Currently, all amounts paid reflect $0 invoiced by both the prime contractor and subcontractors. The form requires reporting of participation levels of similarly situated subcontractors (SSS) and seeks acknowledgment of corrective actions if participation percentages do not comply with federal guidelines. Additionally, it emphasizes that corrective actions are necessary if the NSS percentage exceeds the stipulated limits. The document serves as a compliance report for federally mandated guidelines associated with small business participation in government contracts, ensuring proper allocation of subcontracting work and adherence to set-aside requirements within the framework of federal grants and RFPs. Clarity in invoicing and compliance helps the government maintain accountability and support small business participation in federal contracting opportunities.
    The Project Experience Questionnaire, part of the solicitation 140P2025R0017, focuses on gathering detailed project experience from offerors applying for federal projects. It requests information on referenced projects, including titles, locations, descriptions, and owner contacts. Offerors must identify contractors involved, detailing their roles, trades, and pricing. The questionnaire includes a series of questions aimed at assessing past project work related to the solicitation elements. Key areas of inquiry include a description of the work performed, alignment with solicitation criteria, reasons for price and schedule changes, and resolution of encountered issues. Additionally, offerors must discuss successful methodologies used and any relevant supplementary information. This structured approach helps evaluators assess the capabilities and experience of bidders to ensure project success and compliance with federal standards.
    The Past Performance Questionnaire for Solicitation No. 140P2025R0017 serves as a tool for evaluating contractor performance on prior projects submitted under federal government request for proposals (RFPs). This questionnaire requires the offeror to provide essential information about their company and past projects, including project title, contract type, awarded prices, and completion dates. References submitted by clients will evaluate contractor performance across various criteria, including quality, schedule management, cost control, management capabilities, small business subcontracting, and regulatory compliance, rated on a scale from "Exceptional" to "Unsatisfactory." The contracting officers will use this information strictly for source selection purposes, ensuring it remains confidential and not for promotional use by the contractors. Ultimately, the document aims to assess the contractor's ability to fulfill the requirements of future contracts, with completed evaluations due by March 17, 2025. The National Park Service oversees this process, emphasizing thorough performance evaluation to maintain high standards in service delivery.
    The memorandum outlines a bank's response to the National Park Service's Request for Information regarding Solicitation 140P2025R0017, focused on an Intelligent Transportation System. It provides essential financial details about a specific company that has maintained a banking relationship since a specified date, including the number and type of accounts, average account balances, and the status of credit lines. The document emphasizes the company's financial health by reporting average balances, available lines of credit, and any overdraft occurrences, along with general financial standing as rated by the Risk Management Association. For further inquiries, it directs contacts to the designated individuals within the National Park Service. This communication is integral to evaluating the financial viability of potential vendors for government projects, aligning with government procurement processes involving federal RFPs and grants.
    The document outlines a Request for Proposal (RFP) for the construction of the Intelligent Transportation System (ITS) at Crater Lake National Park, Oregon, with solicitation number 140P2025R0017. It is a total small business set-aside project under NAICS code 237310, with an expected construction magnitude between $250,000 and $500,000. The work involves installing roadway signs, portable changeable message signs, a new turnout for signage, and other safety features aimed at reducing visitor accidents. Offerors are required to submit sealed bids within 10 calendar days after the award notice, with project completion expected within 120 days. The contractor must provide any necessary performance and payment bonds. The document also includes essential clauses regarding inspection, performance, subcontracting limitations, and payment processes. It emphasizes compliance with federal regulations and debtor provisions, including obligations related to employee whistleblower rights and the prohibition of certain telecommunications and surveillance technologies. The RFP aims to improve visitor safety while adhering to federal guidelines and supporting small business participation in the procurement process.
    Similar Opportunities
    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.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive preservation work on asphalt roads and parking lots within the George Washington Memorial Parkway across Maryland and Virginia. The project aims to enhance infrastructure through tasks such as seal coating, milling, overlaying, and crack sealing, while adhering to strict environmental and safety protocols to minimize public disruption and protect historical resources. With an estimated contract value exceeding $10 million, this Small Business set-aside opportunity requires contractors to submit sealed proposals by the specified deadlines, with a performance period from March 21, 2025, to May 11, 2026. Interested parties can contact Zaira Lupidi at zairalupidi@nps.gov for further information.
    Z--CONSTRUCTION, SERVICE, CROSSWALK LINE STRIPING, NATIONAL MALL AND MEMORIAL PARKS
    Buyer not available
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price contract focused on crosswalk line striping at the National Mall and Memorial Parks. The project aims to enhance pedestrian, motorist, and cyclist visibility by applying approved thermoplastic materials to designated crosswalks. This procurement is significant for maintaining safety and accessibility in one of the nation's most visited public spaces. The RFP is expected to be released around February 18, 2025, with a submission window of 30 days, and the estimated project cost ranges from $25,000 to $100,000. Interested contractors must have an active vendor record in SAM.gov and are encouraged to contact Christian Sanabria at ChristianSanabria@nps.gov or 470-819-0953 for further information.
    Rock Creek Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the Rock Creek Park Project (Solicitation Number 693C73-25-B-000006) in Washington, D.C. The project involves significant roadway repairs, including full-depth reconstruction, curb and gutter replacements, street light repairs, and drainage improvements, with an estimated total cost between $5 million and $10 million. This initiative underscores the government's commitment to engaging small businesses in public infrastructure projects while adhering to federal regulations and safety protocols. Bid documents are anticipated to be available around February 3, 2025, and interested parties must register on the SAM website for notifications and to complete necessary certifications. For further inquiries, contact Emily McCleary or C. Shawn Long at eflhd.contracts@dot.gov.
    GWMP 335115
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the GWMP 335115 Bridge Preservation project, which encompasses comprehensive maintenance work on bridges along the George Washington Memorial Parkway across Maryland, the District of Columbia, and Virginia. The project aims to repair concrete, seal cracks, restore stone masonry, and enhance drainage systems, with a strong emphasis on minimizing public disruption and adhering to environmental preservation standards. This initiative reflects a significant federal investment in infrastructure maintenance, ensuring the safety and longevity of vital transportation structures within park services. Interested small businesses are encouraged to submit their proposals within ten calendar days of the solicitation issuance, with an estimated contract value exceeding $10 million. For further inquiries, contact Zaira Lupidi at zairalupidi@nps.gov.
    Y--BICY 229154
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex, designated as project number 140P2024R0084. The project involves constructing a 5,142 square foot facility that includes administrative spaces and utilities, with an estimated contract value between $1 million and $5 million. This initiative is part of the government's efforts to enhance infrastructure within national parks, ensuring safety and operational efficiency. Interested bidders, particularly women-owned small businesses, must submit their proposals by February 28, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--YELL 338221 - Bridge Preservation - 5 Bridges
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a bridge preservation project involving five bridges in Yellowstone National Park. The project encompasses various restoration tasks, including spall repair, crack sealing, hydrodemolition, and structural steel painting, with an estimated construction cost ranging from $1 to $5 million. This initiative is crucial for maintaining the integrity of park infrastructure while ensuring the protection of sensitive resources during construction. Interested businesses must submit their qualifications, bonding capacity statements, and relevant experience by February 6, 2025, to Shellie Murphy at shelliemurphy@nps.gov or by phone at 720-610-2690.
    GRSM GRAVEL FOR PARK ROADS
    Buyer not available
    The National Park Service (NPS) is seeking a qualified vendor to provide, haul, and dump gravel for road maintenance within the Great Smoky Mountains National Park, covering areas in Tennessee and North Carolina. The project aims to ensure the integrity and safety of park roads, with a contract duration from April 1, 2025, to September 30, 2025, and a total small business set-aside designation to promote participation from small businesses. This procurement is critical for maintaining park infrastructure while adhering to environmental regulations, including sourcing gravel from approved quarries and implementing measures to prevent invasive species. Interested vendors must submit their quotes by February 24, 2025, and direct any inquiries to Ashley Warcewicz at ashleywarcewicz@nps.gov by February 14, 2025. The contract will be awarded based on the best value to the government, with all interested parties required to register in the System for Award Management (SAM) prior to submission.
    Z--Craters of the Moon NP: Rehab Restroom
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of restroom facilities at the Visitor Center of Craters of the Moon National Monument & Preserve in Idaho. The project aims to enhance accessibility and functionality, ensuring compliance with federal standards, including the Americans with Disabilities Act (ADA). This initiative is crucial for improving visitor experiences at the park while adhering to safety and regulatory requirements. Proposals are due by March 17, 2025, with the contract period set from April 14, 2025, to February 16, 2026. Interested parties should direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov.