RENEWAL OF BAKER BEACH RESTROOM FACILITY
ID: 140P8624R0022Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

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

    The Department of the Interior's National Park Service is seeking renovation and construction services for multiple projects. These projects include upgrading restroom facilities at Baker Beach to improve durability and user experience while ensuring historical preservation. The procurement process prioritizes experience and past performance and aims to appoint a single service provider.

    One of the key projects involves renovating public restroom facilities at Golden Gate National Recreation Area, requiring replacement of fixtures, signs, and interior upgrades, along with temporary toilet facilities during the renovation period. The agency seeks a cost-effective and timely solution, with an estimated budget of $250,000 to $500,000, and a completion timeline of just 60 days.

    Contact Robert Barnes at robert_j_barnes@nps.gov for more information. Deadlines for submission vary across documents, with some stating a due date of June 15th and others referencing a June solicitation number.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of the Interior's National Park Service seeks renovation and upgrade solutions for restroom facilities at Baker Beach. The goal is to enhance these facilities with a focus on durability, sustainability, and user experience. The procurement primarily aims to secure construction services for comprehensive renovations. This includes roofing work, painting, flooring replacements, and the installation of modern fixtures while ensuring historical and natural site preservation. Key requirements include adhering to strict safety and health protocols, coordinating with park operations, and minimizing environmental impact. The contract, expected to be firm-fixed-price, seeks a timely completion within 60 days of notice. Key dates include a pre-construction conference before the start of work and submission deadlines for various construction schedules and safety plans. Evaluation criteria will likely emphasize quality assurance, timely execution, and budget adherence.
    The government department seeks laboratory analysis services for asbestos detection and quantification in building materials. The main objective is to assess the presence and concentration of asbestos fibers in samples collected from roof shingles and felt papers at Baker Beach in San Francisco. The samples are inhomogeneous, requiring subsampling and analysis of each component separately. The lab must employ methods outlined in EPA 600/R-93/116 and 40 CFR, with additional recommendations for verifying results when asbestos content is low. The scope entails analyzing eight samples, with each analysis including multiple layers and materials. Key dates include sample collection on January 18, 24th, laboratory receipt on the 23rd, and reported analysis on the 24th. The laboratory must be approved for these tests and adhere to EPA guidelines for reporting. This information is shared to help vendors prepare detailed proposals, with emphasis on laboratory capabilities, asbestos analysis expertise, and adherence to EPA regulations.
    The file details the results of an XRF assay report for lead paint inspections at the Baker Beach RR Building in San Francisco. The report presents a series of measurements recorded at different locations within the building. It differentiates between various substrates such as wood, concrete, and metal, indicating the position of the inspections. The assay results provide lead level readings, with negative readings indicating no lead detected. The data is organized into a calendar timeline with color-coded conditions and lead level errors. The report's aim is to provide an comprehensive overview of the lead paint situation in the building, with the potential objective of informing remediation efforts or compliance assessments. This file offers insights into the building's lead paint status but lacks the kind of procurement details I can provide commentary on. There are no requests for specific goods or services, quantities, or contract timelines that would typically be associated with a procurement-focused document.
    The primary objective of this procurement is to construct a building, focusing on concrete and wood frame construction, and various finishings. The government requires a new building that adheres to specific design criteria, including wood framing details, roof specifications, and seismic considerations. The wood framing involves pine and Douglas fir, with specific dimensions and spacing requirements. The roof design must meet wind speed and load standards, utilizing specific materials such as fiberglass-reinforced shingles. The procurement also involves the installation of various finishings, fixtures, and specialized equipment. This includes toilet partitions, grab bars, and signage for restrooms, along with specific plumbing and electrical fixtures. Additionally, the project requires the application of interior and exterior finishes, such as polymer-modified plaster and fiberglass-reinforced plastic. The scope of work entails breaking concrete walls, framing wood walls, and installing standardized galvanized metal joints. It includes constructing precast concrete walls, sky lights, and louver transfer vents, with precise dimensions and materials specified. The vendors will need to coordinate the installation of electrical and plumbing systems, including water valves and boxes. The interior work encompasses installing finishings, fixtures, and specialized equipment according to detailed requirements. The contract is likely to be a firm-fixed-price one, with an estimated value of around $4 million. Vendors will be expected to submit detailed proposals by the 15th of June. The project timeline estimates completion within approximately 18 months, with substantial work progress updates required. The evaluation of proposals will prioritize factors such as price, quality of materials, and adherence to design criteria and specifications.
    The primary objective of this procurement is to renew the signage for a beach bathroom facility, with a specific focus on updating the gender designations to create an inclusive, gender-neutral environment. The signs must be similar in design to the existing ones, with the dark brown finish, and will involve changing the graphics to reflect all-gender inclusivity. The scope of work entails manufacturing and installing these signs, with the potential for additional quantities not specified in the initial order. The RFP likely seeks a contractor to provide a seamless and aesthetically pleasing solution, aligning with the facility's existing theme. The evaluation of proposals will likely prioritize visual appeal, durability, and competitive pricing, with the contract being awarded based on the best value to the client. Although the contract value and timing are unclear from the information provided, these details could be accessed through the full RFP document.
    The National Park Service seeks to evaluate a contractor's performance and recommendations are due by 6:00 PM on September 7, 2024. The focus is on assessing the quality, schedule management, cost control, and regulatory compliance of the contractor's work. The Park Service aims to assess their ability to perform according to contract requirements, particularly for a project titled 'Scope of Work Description.' This evaluation is crucial in determining the contractor's suitability for similar future contracts, with ratings based on factors like workmanship, schedule adherence, and management oversight. Can I assist you with another file or do you have further questions about this one?
    The primary objective of this procurement is to obtain a certification from offerors regarding their compliance with arms control, non-proliferation, and disarmament agreements. The focus is on ensuring that the government only contracts with entities that do not engage in activities contributing to the violation of these treaties. This certification is a critical requirement for participation in the acquisition, serving as a material representation of the offeror's eligibility. Offerors must check and certify either that they have not engaged in relevant activities or provide separate information along with their offer explaining their status. This file specifies that this provision doesn't apply to acquisitions below a certain threshold or to commercial products and services as defined in the Federal Acquisition Regulation. It also outlines the exact content and format of the certification, with clear instructions for offerors to follow. The certification's accuracy is emphasized, as any false claims can lead to contract termination and other penalties. Potential vendors should be aware that a key date for compliance is the submission deadline, with certifications due along with offers. The evaluation of proposals will likely place significant weight on this certification and the associated compliance issues.
    The government seeks to procure construction services across multiple California counties for various projects. These services include asbestos removal, boiler making, carpentry, electrical work, elevator installation and maintenance, and operating power equipment, with specific rate schedules and areas defined for each. The construction types encompass building, heavy, and highway projects, with relevant county listings. Key dates are outlined for submission deadlines, and the procurement aims to adhere to Davis-Bacon Act requirements, ensuring compliance with minimum wage mandates. Additionally, the government seeks services related to dredging and landscaping, with distinct rate structures and area designations. Contractors will be responsible for delivering these construction and related services, adhering to specified rates and areas, while complying with wage requirements. The procurement process includes evaluating criteria based on the expertise and qualifications of the applicants.
    The National Park Service seeks bids for renovating toilets at the Golden Gate National Recreation Area's Baker Beach. The primary focus is on replacing and upgrading various components. Offerors should provide a lump-sum price for the base items and options to ensure their proposal is acceptable. The scope involves sign replacement, window screens, skylights, exterior and interior renovations, including painting and flooring, and restroom fixture upgrades. The work also entails selective demolition and the provision of rental toilets. Additionally, there are options for replacing roofing shingles, underlayment, and rotted tongue-and-groove roof decking in increments of 100 square feet. Offerors should pay attention to the specified contract line items and ensure their proposals include pricing for the base items and all relevant options. The evaluation of proposals will consider pricing and other factors, with the base price and option prices given separate consideration. Important dates include the submission deadline, with the solicitation number 140P8624R0022, and the projected timeline for the work to be completed. Vendors should provide a comprehensive plan within the specified budget and timeline to have a successful application.
    The government agency seeks to procure a service provider for multiple projects. The focus is on assessing offerors' relevant experience and past performance. The first section requires offerors to detail their existing commitments and experience, providing client contact information, project values, and brief descriptions of project requirements. This section aims to evaluate the extent to which previous projects match the scope and magnitude of the current requirement. The second section requests specifics on up to five relevant contracts completed in the last six years, including contracting agency details, award amounts, and completion dates. Offerors must describe the similarities between these past projects and the current requirement, highlighting any unique challenges overcome. The emphasis is on demonstrating the offeror's capability and expertise in tackling projects of comparable scope. This information will serve as the basis for evaluating the offerors' suitability and capacity to deliver the services required across multiple ventures. The agency seeks confidence that the selected offeror can successfully navigate and complete the projects based on their prior experience. The procurement's main objective is to appoint a service provider based on their demonstrated track record, with the emphasis on successful project execution and client satisfaction. The RFP also mentions that there will be a Part III - which will cover additional questions about the project requirements, but it is not provided in the available files. Therefore, the specific details of the projects and their requirements remain unknown. However, the focus of this procurement process is clearly on assessing the experience and capability of potential service providers, using past performance as a key evaluation criterion.
    The primary objective of this procurement is to secure services falling into one of three categories: services excluding construction, general construction, or construction by special trade contractors. The focus is on limiting subcontracting, with a maximum threshold of 50% for non-similarly situated subcontractors for services, and higher percentages for construction-related tasks. The prime contractor, responsible for ensuring compliance, must submit a Corrective Action Plan if the subcontracting limits are exceeded. This file serves as a report, detailing the current invoice amount, and the portion of that amount subcontracted to similarly and non-similarly situated subcontractors, with specific limits applied. The participation percentages derived from these figures must also be provided. Key dates and contract details are absent, indicating this file represents a component of a broader procurement process.
    The primary objective of this procurement is to finalize contractually obligated payments to a contractor and, subsequently, to multiple subcontractors. The file contains a meticulous breakdown of invoice details, encompassing descriptions of work, quantities, unit prices, and amounts for various bid items. This comprehensive list accounts for previous payments, deductions, and retained percentages, leading up to the current request for payment. The certification ensures compliant distribution to subcontractors and suppliers while also confirming the accuracy of the requested amounts. Contracting officers and administrators use this file to review and approve the final payments under the contract, requiring multiple signatures for authorization. The process involves a meticulous verification of amounts, ensuring compliance with specifications and timely payments down the contractual chain. This file, while seemingly exhaustive, is a crucial record for the financial reconciliation of government contracts, guaranteeing that all parties are remunerated fairly and in accordance with the terms agreed upon.
    The government seeks renovation and refurbishment services for a heavily used public restroom at Baker Beach within the Golden Gate National Recreation Area. The objective is to enhance the facility's amenities, including replacing toilets, urinals, signs, and partitions, along with interior renovations like painting, flooring, and carpentry work. Additionally, the project entails renting temporary toilet facilities during the renovation period and ensuring waste recycling. The scope entails mobilization, labor, materials, and site management, with all work adhering to local and federal regulations. Offerors should note the firm-fixed price contract's estimated range of $250,000 to $500,000 and the brief 60-day performance period. The submission deadline is emphasized, with all offers requiring email submission by the specified due date. Evaluations will consider factors like price, relevant experience, past performance, and compliance with attachments, aiming to award a contract that ensures timely and efficient refurbishment of the restroom facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    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.
    Y--AMD3-PUERTO RICO (VIEQUES ) CARACAS RESTROOM REHAB
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of restroom facilities at the Vieques National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona. The project involves the demolition of existing wooden compost restrooms and the installation of two new pre-cast concrete comfort stations, with a contract duration of 90 days post-Notice to Proceed (NTP). This initiative is crucial for restoring essential visitor amenities while ensuring compliance with accessibility standards and hurricane-resistant construction practices. Interested contractors must acknowledge amendments to the solicitation and submit proposals by the revised deadline of 1:00 PM, with the performance period set from November 1, 2024, to January 31, 2025. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    GWMP Bridge Pres
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Bridge and Pavement Preservation Project at the George Washington Memorial Parkway in Virginia. This Sources Sought Notice aims to gather interest and qualifications from both large and small businesses for extensive restoration and maintenance of bridges and roadways, with an estimated construction cost exceeding $10 million and a performance period of approximately 416 calendar days. The project includes tasks such as concrete deck repairs, drainage improvements, asphalt preservation, and traffic control, emphasizing minimal visitor impact during construction. Interested parties must submit their responses, including company information and relevant experience, by September 23, 2024, to Jeremiah Rogers at jeremiahrogers@nps.gov or by phone at 303-969-2633.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.