Y--ELMA-CREATE UNIVESALLY ACCESSIBLE TRAIL
ID: 140P1324R0004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR SANTA FE(12100)SANTA FE, NM, 87504, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

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 a universally accessible trail at El Malpais National Monument in New Mexico, specifically the El Calderon Trail project. This initiative aims to enhance visitor access and experience by constructing a 0.75-mile trail compliant with the Architectural Barriers Act, along with additional features such as an amphitheater and safety improvements. The project, estimated to cost between $1 million and $5 million, is set aside for small businesses under NAICS code 236220, with a performance period from January 6, 2025, to October 3, 2025. Interested contractors should direct inquiries to Claire Roberson at Claire_Roberson@nps.gov and submit their proposals by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation from the National Park Service (NPS) for a construction project titled "Elma Trail and Cave" in Grants, New Mexico. It serves as a Request for Proposal (RFP) targeting small businesses, with a project magnitude between $1,000,000 and $5,000,000. The NPS requires that interested contractors submit sealed bids by a specified deadline, conducting a site visit, and posing written questions as necessary. The expected performance period for the awarded contract is from January 6, 2025, to October 3, 2025, with substantial performance and payment bond requirements. Key components of the solicitation include detailed specifications and drawings provided in attachments alongside necessary forms for compliance and submitting quotes. The document also specifies that the work involves construction services related to roadways, trail improvements, and the installation of facilities such as an amphitheater. The aim is to select contractors who can effectively contribute to enhancing the park's infrastructure while adhering to the operational requirements established by the NPS. This solicitation signifies the federal government's commitment to engaging small businesses in public works projects, supporting local economies in the process.
    The document outlines a comprehensive plan for construction and improvement work at El Malpais National Monument, specifically focusing on the El Calderon Trailhead and its associated paths leading to Junction Cave. The project encompasses the creation of a 0.75-mile accessible trail compliant with regulations such as the Architectural Barriers Act and the installation of a structural steel boardwalk system. It includes safety enhancements, the construction of an amphitheater, and various exterior improvements like gravel and asphalt paving for the parking lot. Key considerations outlined in the document are adherence to safety regulations, preservation of natural resources, government-furnished materials, and maintaining public access during construction. Strict guidelines emphasize minimizing disruption, conducting operations within designated work hours, and requiring permits for specialized work like welding. The document is structured into various sections detailing general requirements, construction methodologies, project management, submittal procedures, and schedule requirements, thereby providing a clear roadmap for project execution. Overall, the file serves as a pivotal resource for contractors interested in the project, emphasizing compliance with environmental standards, safety protocols, and effective project coordination.
    The document outlines the plans for the El Calderon Trail project within the El Malpais National Monument, focusing on enhancements such as a new visitor center, parking areas, and accessibility improvements. It details various design sheets including grading and landscaping plans, trail profiles, and structural details for boardwalks and handrails. Key features include the integration of natural elements while ensuring compliance with accessibility standards, as well as environmental considerations in the construction methods. The document serves as a comprehensive guide for contractors responding to the Request for Proposals (RFP) associated with the project, detailing specific requirements and design intentions to facilitate a successful implementation. Overall, it reflects the government's commitment to improving visitor access and experiences in national parks while adhering to regulatory standards and environmental preservation goals.
    The document outlines the "Submittal List with Review Estimate Instructions" for the National Park Service (NPS) related to design and construction services for the El Calderon Trail project. It details the procedures for submitting construction documents and the review estimates for various disciplines involved, such as civil, structural, mechanical, and electrical engineering. The document emphasizes the responsibilities of the Design Architect/Engineer, Construction Contracting Officer Representative, and the Architect/Engineer regarding the review and negotiation process for submittals. It specifies how to document submittal requirements, categorize them as Action or Informational, and estimate review times based on established hourly rates within the Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The structured submittal requirements cover various aspects from construction schedules to quality control plans and safety requirements, ensuring compliance and thorough oversight during the project's execution. This guidance is instrumental in facilitating communication and accountability among project stakeholders while adhering to federal and local regulations. Overall, the file serves as a comprehensive framework to streamline the review process and promote effective project management within the context of government-funded infrastructure projects.
    The document outlines the General Decision Number NM20240011 related to wage determinations for heavy construction projects in select counties of New Mexico, applicable as of March 22, 2024. It stipulates that contracts subject to the Davis-Bacon Act must adhere to wage requirements set forth in Executive Orders 14026 and 13658, with minimum hourly wage rates of $17.20 or $12.90, depending on the contract's effective date. The wage determination includes specific wage rates for various construction job classifications, such as electricians, ironworkers, carpenters, and truck drivers, alongside fringe benefit requirements. The document details geographic zones relevant to wage calculations and outlines an appeals process for wage determination disputes, governed by the Wage and Hour Division of the U.S. Department of Labor. The overarching purpose is to ensure compliance with federal wage standards for workers on government-funded construction projects, enhancing worker protections and promoting fair compensation.
    The Department of the Interior has issued a Past Performance Questionnaire (PPQ) for evaluating contractors' past performances, intended for use as source selection information. The document specifies that information gathered is confidential and does not imply endorsements from the government. Evaluators are asked to provide firm information, including project title, location, and company details, along with ratings based on various performance criteria like management integrity, quality control, and ability to meet schedules. The ratings range from "Outstanding" to "Unacceptable," with additional inquiries about the contractor's compliance history and customer satisfaction. Evaluators are prompted to provide comments, ensuring a thorough assessment of the contractor's qualifications and previous engagements. This questionnaire plays a critical role in the selection process for federal contracts, ensuring due diligence in evaluating potential contractors based on their past performance.
    The RFQ 140P1324R0004 outlines a Project Experience Questionnaire to be completed by offerors for federal contracting purposes. The document requires firms to provide detailed information about at least three past projects, including project descriptions, contract amounts, and locations. Offerors must specify whether they acted as prime contractors or subcontractors and detail any contract modifications, time extensions, and disputes faced during project execution. The questionnaire solicits the names of relevant agency contacts, alongside their phone and email information. The primary aim of this document is to evaluate the qualifications and experience of contractors bidding on government projects by collecting comprehensive data on their previous performance. It emphasizes the importance of prior experience in assessing their ability to meet upcoming project requirements, thus facilitating informed decision-making by the government agencies involved. This structured approach ultimately aims to enhance transparency and accountability in the procurement process, reinforcing the government's commitment to effective project delivery and management.
    The document outlines the process for calculating subcontracting labor costs as per FAR Clause 52.219-14, specifically focusing on a worksheet to determine allowable percentages of subcontracted work. It requires the prime contractor to input direct labor costs, fringe benefits, and general and administrative (G&A) costs for both the prime contractor and a selected subcontractor. The calculation steps include totaling direct labor and fringe benefits, applying G&A rates, and ultimately deriving the subcontracting labor cost percentage. It emphasizes the need for the prime contractor to demonstrate allowable labor overhead to ensure compliance with federal standards; failure to do so may result in overhead exclusion from calculations. The document serves as a guideline for contractors working with the National Park Service, ensuring accurate and standardized reporting of subcontracting labor costs for federal projects.
    The document outlines the price schedule for a project led by the National Park Service (NPS) at El Malpais National Monument in New Mexico, specifically focusing on developing accessible trails and cave experiences. It includes various Contract Line Item Numbers (CLIN) associated with improvements to El Calderon Trail, such as the fabrication and installation of an ABAAS boardwalk into Junction Cave, the construction of an amphitheater, and the installation of steel guardrails. The project encompasses options for gravel road and parking lot improvements, as well as an alternate for asphalt pavement for the parking area. Notably, the total prices for each line item, including base, options, and alternates, remain unfilled, indicating potential financial negotiations or budget considerations. The solicitation number for future reference is 140P1324R0004, suggesting its significance for procurement processes and funding allocation. Overall, the document serves as a preliminary financial framework addressing the needs for trail enhancements at a national monument, promoting accessibility and visitor experience.
    The document is a solicitation (140P1324R0004) for a construction project titled "ELMA TRAIL AND CAVE" issued by the National Park Service, aimed at small businesses. The project, located in Grants, New Mexico, falls within NAICS Code 236220, with an estimated value between $1 million and $5 million. The scope includes improvements to the El Calderon Trail and the construction of an amphitheater, emphasizing accessibility. Offerors must submit sealed bids by specified deadlines, and site visits are encouraged. Key requirements include performance and payment bonds, adherence to wage determinations, and compliance with environmental regulations. The offer detail sheet requires comprehensive cost breakdowns, and submissions must conform to the solicitation’s terms. Additionally, contractors must manage construction schedules to avoid liquidated damages for delays. The solicitation underscores the government's focus on engaging small businesses and ensuring environmental standards, and maintaining safety during project execution is paramount.
    The document pertains to the amendment of Solicitation No. 140P1324R0004 regarding project modifications and updates. It details changes that include posting the original solicitation, correcting the delivery date to October 3, 2025, and updating the time for a site visit as outlined in Section L of the Solicitation. The amendment is essential for maintaining compliance with procurement protocols and ensures acknowledgment of these changes prior to the specified deadline to avoid offer rejection. The subject matter involves construction and improvements pertaining to highways, roads, and trails, with a focus on specific items such as the fabrication and installation of ADA-compliant structures and various construction improvements. The document also provides an overview of the responsibilities of the contracting officer and the necessary steps for contractors to acknowledge the solicitation amendment. All other terms and conditions remain unchanged, highlighting the ongoing nature of the project and the necessity for contractors to stay informed about modifications to proposals and timelines. This amendment serves to clarify project expectations and maintain alignment between contractors and federal requirements.
    The document outlines the pricing schedule and contract requirements for a solicitation by the National Park Service concerning a project to improve accessibility at El Malpais National Monument, New Mexico. Contractors must submit fully burdened prices for all items detailed in the bid schedule, including costs for fabricating and installing an ABAAS boardwalk, trail improvements, and an amphitheater. Offers must conform to solicitation documents and provide an itemized breakdown, with specific guidelines for pricing errors and total calculations. The contract specifies adherence to Federal Acquisition Regulation (FAR) clauses, performance timelines, and relevant inspection protocols. It also outlines contractor responsibilities regarding invoicing through the U.S. Department of the Treasury's Invoice Processing Platform, including information needed for proper invoice submission. Special contract clauses prohibit the use of ATVs on park lands, stipulate compliance with fire prevention laws, and outline government options for additional work. The document emphasizes the necessity for contractors to monitor potential impacts from FASCSA orders related to cybersecurity, detailing reporting and compliance requirements. Overall, it emphasizes systematic construction management, regulatory compliance, and safety during project execution.
    This document pertains to an amendment of Solicitation No. 140P1324R0004, issued by the National Park Service, to communicate significant changes to an existing procurement. The amendment, identified as 0001, updates the delivery date to October 3, 2025, and provides additional information regarding a scheduled site visit outlined in Section L of the Solicitation. It establishes the required methods for vendors to acknowledge receipt of this amendment and notes that failure to do so by the specified deadline may lead to rejection of offers. The period of performance for the project is stated to be from January 6, 2025, to October 3, 2025, with various construction-related tasks specified, such as the fabrication and installation of facilities and improvements to local trails. These updates aim to clarify and refine the solicitation process, ensuring all bidders are informed and compliant with the amendment. Overall, the document highlights the federal government's commitment to transparency and effective communication in the procurement process, encouraging competitive bidding while maintaining compliance with established guidelines.
    This government solicitation document outlines the request for proposals (RFP) for a construction project titled "ELMA TRAIL AND CAVE" located in Grants, New Mexico. It is specifically designated as a total small business set-aside under NAICS code 236220, with a size standard of $45 million. The project magnitude is estimated to range between $1 million and $5 million. There is a mandatory site visit for bidders, with all questions directed to the point of contact, Claire Roberson, by email. The document requires the completion of specific performance and payment bonds by the contractor, with submissions due within 10 calendar days post-award. The solicitations include several attachments detailing specifications, drawings, wage determinations, and various questionnaires. Additionally, the performance schedule spans from January 6, 2025, to October 3, 2025, with delivery expected by July 7, 2025. The contracted tasks primarily focus on the construction and enhancement of trails, roads, and related infrastructure, underscoring the government's commitment to improving public spaces through sustainable practices.
    Similar Opportunities
    Z--INDU 305176 - Marquette Greenway Trail Constructio
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the construction of the Marquette Greenway Trail at Indiana Dunes National Park, Indiana. The project involves developing a nearly 2.5-mile multi-use trail, featuring a ten-foot-wide asphalt path with gravel shoulders, and includes the installation of a prefabricated multi-use bridge. This initiative aims to enhance regional connectivity while protecting sensitive dune ecosystems, reflecting the government's commitment to sustainable infrastructure and public access to natural resources. Interested contractors must submit their proposals by October 3, 2024, with an estimated construction cost ranging from $1 million to $5 million; for inquiries, contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035.
    CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail project in Death Valley, California. The project involves the reconstruction of a 2,871-foot-long, ADA-accessible raised timber boardwalk trail, along with the removal of damaged structures, reconstruction of a parking lot, and roadway improvements following severe flood damage in August 2022. This initiative is crucial for restoring public access to natural resources while adhering to environmental standards, particularly in sensitive areas. Interested small businesses must submit their bids by October 3, 2024, with an estimated project value between $5 million and $10 million. For further inquiries, potential bidders can contact Kelly Palmer at cflcontracts@dot.gov.
    C--Chaco Culture National Historical Park - Construction of new employee housing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking small businesses capable of executing a construction project at Chaco Culture National Historical Park in New Mexico. The project involves the construction of three new employee housing units—one single-family home and two triplexes—along with the demolition of four historic residences and a dilapidated mobile home, as well as site preparation, utility installation, and hazardous material abatement. This initiative is critical for improving employee accommodations within the park, with an estimated project cost between $5 million and $10 million. Interested vendors must submit their capabilities and relevant experience by October 24, 2024, with a Request for Proposal anticipated in winter 2024/2025 and contract award expected in spring 2025. For further inquiries, contact Jessica Busman at jessicabusman@nps.gov.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico. This initiative involves essential pavement preservation work, including crack sealing, patching, chip seal application, micro-surfacing treatments, and pavement marking over a total length of 33.49 miles, targeting various National Park Service sites and surrounding counties. The project is part of a federal effort to maintain and enhance infrastructure within national parks, ensuring visitor safety and preserving cultural heritage. The estimated contract value ranges between $5 million and $10 million, with a tentative completion date set for Winter 2025. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or call 360-619-7520 for further information.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Z--Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas, under Solicitation Number 140FGA24R0002. The project aims to enhance outdoor recreational infrastructure, with a focus on improving accessibility and ecological integrity through the replacement and repair of existing structures. This initiative is part of the Great American Outdoors Act, reflecting the federal commitment to maintaining natural habitats while promoting safe public access. Interested contractors must submit their proposals via email by October 11, 2024, with a project magnitude estimated between $500,000 and $1,000,000 and a performance period from October 1, 2024, to March 30, 2025. For further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or call 413-253-8287.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.
    Blue Lakes Trailhead Reconstruction
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Blue Lakes Trailhead located in the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project aims to enhance accessibility and safety by reconditioning the parking area, replacing old restroom facilities with new vault toilets, and implementing erosion and sediment control measures. This initiative is crucial for improving public infrastructure and promoting sustainable outdoor recreation while ensuring compliance with environmental standards. Interested contractors should contact Brenda Simmons at brenda.simmons@usda.gov, with a project budget estimated between $250,000 and $500,000, and a completion timeline of 210 days following the notice to proceed.
    LAKE 318673; 324894; 332529 Extend Public Launch R
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the construction project titled "Extend Public Launch Ramp at Hemenway Harbor" within the Lake Mead National Recreation Area in Boulder City, Nevada. The project involves extending a public launch ramp, which includes excavation, grading, and the installation of precast concrete ramps, necessitated by decreasing lake levels. This initiative is crucial for maintaining recreational access and supporting environmental management efforts in the area, particularly in light of ongoing drought conditions. Interested contractors must submit sealed offers by the specified deadlines, with the contract magnitude expected to exceed $10 million, and work is to commence within ten days of the notice to proceed, completing within 730 days. For further inquiries, contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.