Z--RENEWAL OF BAKER BEACH RESTROOM FACILITY
ID: 140P8624R0022Type: Presolicitation
AwardedSep 25, 2024
$499.5K$499,518
AwardeeYERBA BUENA ENGINEERING & CONSTRUCTION, INC. 1340 EGBERT AVE SAN FRANCISCO CA 94124-3617 USA
Award #:140P8624C0011
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)
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.
    Similar Opportunities
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.