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
    MAINTAIN WASH RACK EQUIPMENT AT FORT CRONKHITE
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of wash rack equipment at Fort Cronkhite, located within the Golden Gate National Recreation Area in Marin County, California. The project involves the removal, replacement, and reinstallation of industrial water treatment equipment, including biosorb and filtration systems, as well as the replacement of damaged flooring with marine-grade materials and the application of protective coatings. This maintenance work is crucial for ensuring the operational integrity and safety of the facility, adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by 1:00 PM PDT on March 26, 2025, following a mandatory site visit on March 12, 2025. The estimated contract value ranges from $25,000 to $100,000, and inquiries can be directed to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    S--MIMA 2025 APRIL EVENTS PORTABLE TOILETS
    Buyer not available
    The Department of the Interior's National Park Service is seeking a contractor to provide portable toilet and hand wash station rental services for the 2025 Patriot’s Day events at Minute Man National Historical Park. The contract, which spans from April 17 to April 22, 2025, requires the delivery, maintenance, and pickup of 117 standard and 41 ADA-accessible portable toilets, along with 29 hand wash stations, across multiple designated locations within the park. This procurement is crucial for ensuring public health and safety during significant historical events, enhancing the visitor experience while adhering to compliance and safety standards. Interested contractors must submit their proposals by acknowledging the amendment updates and must contact Mari Tolleson at maritolleson@nps.gov or 857-283-4598 for further details.
    Y--FODO253278 Rehab the Visitor Center Attachment
    Buyer not available
    The National Park Service (NPS) is seeking qualified businesses to participate in a Sources Sought Notice for the rehabilitation of the Fort Donelson Visitor Center located in Dover, TN. The project, valued between $1-5 million, aims to complete existing work and implement critical repairs, including the construction of a new two-story addition that will enhance accessibility and feature an interpretive center. This initiative underscores the NPS's commitment to preserving historic sites while improving visitor engagement through modern facilities. Interested parties must submit their qualifications, bonding capacity, and relevant project experience by 5 PM EST on March 3, 2025, with further details available from John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--Pompeys Pillar Vault Toilet
    Buyer not available
    The Bureau of Land Management, under the Department of the Interior, is soliciting bids for the replacement of two single vault toilets with a new double vault toilet at Pompeys Pillar National Monument in Montana. The project, funded under the Great American Outdoors Act, involves site preparation, demolition of existing facilities, installation of new concrete toilets, and construction of associated infrastructure, including sidewalks, with a budget estimated between $100,000 and $250,000. This initiative aims to enhance visitor facilities while ensuring compliance with safety and environmental regulations. Interested contractors must submit their offers by March 10, 2025, and can direct inquiries to Christine Mundt at cmundt@blm.gov or by phone at 406-896-5030.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    Z--YOSE REPLACE WELCOME CENTER ENTRY DOORS
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting quotes for the replacement of entry doors at the Yosemite Valley Welcome Center. The project entails the demolition of existing glass doors and the installation of new aluminum storefront doors, with a focus on maintaining public access and adhering to safety regulations throughout the construction process. This procurement is significant for enhancing visitor facilities at Yosemite National Park and is set aside for small businesses, with an estimated project value between $25,000 and $100,000. Interested contractors must submit their quotes by March 7, 2025, and direct any inquiries to Brian Roppolo at brianroppolo@nps.gov or by phone at 206-220-4215.
    J--YOSE-SECONDARY CLARIFIER FRAMEWORK
    Buyer not available
    The Department of the Interior, National Park Service, is seeking contractors to provide field services for the replacement of the framework mechanism and appurtenances of the secondary clarifier at the El Portal Wastewater Treatment Plant in California. The project aims to address the degradation of the clarifier's framework, which is critical for processing up to 1 million gallons of wastewater daily, thereby preventing potential violations of California state permits. The scope of work includes removing old equipment, installing temporary supports, and fabricating new components, with a completion timeline of 120 days from the start of work. Interested bidders should note that a site visit is scheduled for February 27, 2025, and the bid submission deadline has been extended to March 10, 2025. For further inquiries, potential contractors can contact Brian Roppolo at brianroppolo@nps.gov or by phone at 206-220-4215.
    Z--FRRI 253825 - Rehabilitate Civil Rights Structures
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking responses from interested businesses for a rehabilitation project at the Freedom Riders National Monument in Anniston, Alabama, focusing on the Greyhound Bus Depot and the Mural Building. The project aims to rehabilitate these historic structures to enhance visitor education regarding their significance to the Civil Rights Movement, involving tasks such as hazardous material abatement, structural repairs, and compliance with accessibility standards. With an estimated budget between $1 million and $5 million, the NPS emphasizes historic preservation and minimal disruption to park visitors during construction. Interested contractors must submit their qualifications, bonding capacity, and relevant experience by March 3, 2025, and can contact Carlos Garcia at carlosgarcia@nps.gov or 720-900-6595 for further information.
    Z--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 bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.
    MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation No. 140P2025R0015. The project involves constructing a new maintenance building, installing a dry-pipe fire suppression system, and ensuring compliance with various safety and environmental standards, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while promoting small business participation in federal contracting. Interested contractors should submit their proposals by the specified deadline and may contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.