Search Contract Opportunities

CERCLA removal action at Yosemite NP, CA   3

ID: 140P2123R0005 • Type: Solicitation

Description

Posted: Aug. 15, 2023, 7:31 p.m. EDT
Amendment #5 incorporates Attachment 3c, Revised Wage Determination (8-11-23), which replaces Attachment 3b.
Amendment #4 incorporates Attachment 4d, Clarifications 161 - 187, which includes minor changes to the RFP and SOW. NPS will not accept or answer additional questions.
Amendment #3 incorporates two new attachments (3b and 4c) and a revised form (7), hyperlinked below; details are on the hyperlinked SF30 (file named Sol_140P2123R0005_Amd_0003.pdf). It also notifies prospective offerors that answers to the final batch of questions received prior to the 7/13/23 deadline will be posted in a future amendment. NPS will not accept or answer additional questions. The solicitation due date and time are moved to August 17, 2023, at 11:00 am PT.
Amendment #2 provides Attachment 2a, Revised NTCRA Work Plan (6/30/23), to replace Attachment 2, Attachment 4b, Clarifications 70 - 116, and revised Forms 2 and 7. Submit follow-up questions by 3:00 pm PT on 7/13/23, after the site visit on 7/12/23.
Amendment #1 provides Attachment 3a, Revised Wage Determination (CA20230018, 6/9/23), Attachment 4a, Clarifications 1 - 69, and revised Forms 2, 4, and 7. Submit follow-up questions by 9:00 am PT on 6/29/23.
Request for Proposals (RFP) #140P2123R0005 is to conduct a response action under CERCLA to remove contaminated soil from a former waste dump site at Yosemite National Park, California, and restore it to natural conditions free of contaminants. Previous procurements have occurred to analyze the contaminants, characterize the hazards, and establish a framework for the removal action at this site in accordance with the CERCLA process. The contractor will implement a previously-developed Non Time-Critical Removal Action work plan (NTCRAWP) to remove ~15,000 tons of contaminated soil and debris, transport it to appropriate disposal facilities, install five groundwater monitoring wells and perform the first year of monitoring, and prepare a Response Action Completion Report. The work includes field and lab analyses of soil samples in addition to preparation of reports and other documentation required for this type of CERCLA action. Additional details are in the Statement of Work and supplemental materials posted with the solicitation.
A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. An offer guarantee will be required with proposal submission.
PROJECT LOCATION: The site is near El Capitan in Yosemite valley within Yosemite National Park, Mariposa County, California. Maps and information are at www.nps.gov/YOSE. An informational map of the valley is provided with the solicitation.
SITE VISIT: A group site visit will occur at 1:00 pm on Wednesday, July 12, 2023; pertinent details are in Section L of the solicitation. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored.
DETAILS: This is a best value negotiated procurement set-aside for small business concerns in accordance with FAR Part 19.5. The prime contractor must comply with limitations on subcontracting in FAR clause 52.219-14 for general construction. The NAICS code for this project is 562910, Remediation and cleanup of contaminated buildings, mine sites, soil, or ground water, and the small business size standard is 1,000 employees. All work will be performed under a single firm-fixed-price construction contract subject to the Wage Rate Requirements (Construction), formerly known as the Davis-Bacon Act. As stated in the prescribed range in FAR 36.204, the estimated magnitude of this project is between $5,000,000 and $10,000,000.
The RFP and future amendments will be posted in the Contracting Opportunities section of SAM. The solicitation package will be in Microsoft Word and Adobe PDF. Proposals will be due approximately 30 days after the RFP is posted, specifically they will be due by the date and time specified in Block 13 of the Standard Form 1442 or as stated in the most recent amendment (SF30). Offerors will submit their proposals by email per instructions included in the solicitation; proposals will consist of two volumes (technical and price). The government will consider each offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value. Special instructions related to bid bond submission will be in the RFP.
Prospective offerors must visit SAM.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however offerors who have not established and/or maintained an active registration at www.SAM.gov prior to the offer due date and time will be considered either ineligible or non-responsive and will not be considered for award.
Construction Contraction Administration: Federal Acquisition Regulation (FAR) 36.211(b) requires agencies provide description of policies and procedures that apply to definitization of equitable adjustments for change orders under construction contracts and data on the time required to definitize equitable adjustments for change orders under construction contracts. This information can be found at: https://www.doi.gov/pam/acquisition/policy/constructioncontract.
It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, Indian Small Business Economic Enterprises, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Small Business Administration (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories.
The Government reserves the right to cancel this solicitation.
For more information, contact the Contracting Officer at sarah_welch@nps.gov.
Posted: July 21, 2023, 3:05 p.m. EDT
Posted: July 17, 2023, 4:58 p.m. EDT
Posted: July 6, 2023, 3:33 p.m. EDT
Posted: June 20, 2023, 12:11 p.m. EDT
Posted: May 9, 2023, 2:24 p.m. EDT

Overview

Response Deadline
Aug. 17, 2023, 2:00 p.m. EDT (original: July 24, 2023, 12:00 p.m. EDT) Past Due
Posted
May 9, 2023, 2:24 p.m. EDT (updated: Aug. 15, 2023, 7:31 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Yosemite National Park CA
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 5/9/23 NPS Pacific West Region issued Solicitation 140P2123R0005 for CERCLA removal action at Yosemite NP, CA due 8/17/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC F108.
Primary Contact
Name
Welch, Sarah   Profile
Phone
(202) 354-3974

Documents

Posted documents for Solicitation 140P2123R0005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 140P2123R0005

Award Notifications

Agency published notification of awards for Solicitation 140P2123R0005

Contract Awards

Prime contracts awarded through Solicitation 140P2123R0005

Incumbent or Similar Awards

Contracts Similar to Solicitation 140P2123R0005

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 140P2123R0005

Similar Active Opportunities

Open contract opportunities similar to Solicitation 140P2123R0005

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > NATIONAL PARK SERVICE > PWR OLYM MABO(83000)
FPDS Organization Code
1443-83000
Source Organization Code
100169599
Last Updated
Sept. 1, 2023
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
Sept. 1, 2023