P--Crystal Creek Camp Demolition, NPS-WHIS
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Dec 12, 2024 05:27 pm PST
- Original Response Date: Jan 17, 2025 05:00 pm PST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 01, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: P400 - SALVAGE- DEMOLITION OF BUILDINGS
- NAICS Code:
- 238910 - Site Preparation Contractors
- Place of Performance:
Description
The National Park Service (NPS) at Whiskeytown National Recreational Area, located in Shasta County, California, has a requirement for the demolition of Crystal Creek Camp, which is located on the west side of the park, near the Crystal Creek Falls Trailhead. The Work consists of demolishing existing buildings, infrastructure, site features, debris removal, rough site grading, erosion and sediment control, and general site clean-up. Buildings are wood or steel framed. The work includes well abandonment. The work includes hazardous waste abatement as asbestos containing materials are known to exist in at least one building (building 914). The Contractor shall provide all supervision, labor, equipment, testing, and supplies necessary to complete the work as identified in the statement of work and associated documents provided as attachments to the solicitation. All work shall be performed in accordance with local, state, and federal laws.
On-site work has an anticipated duration of 90 days. Work must be performed during a single phase and in accordance with work restrictions listed in the Statement of Work. Work shall commence as soon as practicable after award with the understanding that the Contractor must avoid all work at buildings 914 and 915 and adjacent infrastructure during the bat maternity season between April 1 and August 31.
This requirement is issued as a FAR Part 12 commercial service using FAR Part 13 simplified acquisition procedures. The Government intends to award a firm-fixed-price purchase order resulting from this solicitation, to be evaluated under the procedures of Federal Acquisition Regulation (FAR) Part 13.
The North American Industry Classification System (NAICS) Code for this requirement is 238910, with a corresponding size standard of $19 million in annual gross receipts for the past three years.
This acquisition is a Total Small Business Set-Aside. Quotations are solicited only from small business concerns. Quotations received from concerns that are not small business concerns shall not be considered.
The Request for Quotation (RFQ) will be available on/about December 28, 2024, by electronic means only and can be downloaded along with all related attachments from the Contracting Opportunities website at www.sam.gov. The RFQ will close 21 days from the actual date of issuance. The quoter is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFQ.
An organized site visit will be scheduled. While not mandatory, quoters are urged and expected to inspect the site where the work will be performed. See the RFQ (when issued) for more information regarding the date, time, and location of the site visit.
Notice to Quoters: Funds are not presently available for this effort, however there is a high expectation that funds will become available to make an award resulting from this solicitation. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
Attachments/Links
Contact Information
Contracting Office Address
- ONE BEAR VALLEY RD
- POINT REYES STATION , CA 94956
- USA
Primary Point of Contact
- Gomez Macias, Rocio
- rocio_gomezmacias@nps.gov
- Phone Number 4154645204
Secondary Point of Contact
History
- Feb 07, 2025 05:35 pm PSTSolicitation (Original)
- Jan 31, 2025 09:05 pm PSTPresolicitation (Original)