F--NTCRA of contaminated soil at Virgin Islands NP

Agency: INTERIOR, DEPARTMENT OF THE
State: Virgin Islands
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159151732928171
Posted Date: Mar 25, 2024
Due Date: Apr 29, 2024
Solicitation No: 140P2124R0023
Source: Members Only
Follow
F--NTCRA of contaminated soil at Virgin Islands NP
Active
Contract Opportunity
Notice ID
140P2124R0023
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
PWR OLYM MABO(83000)
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 (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 25, 2024 11:20 am PDT
  • Original Published Date: Mar 04, 2024 02:53 pm PST
  • Updated Response Date: Apr 29, 2024 02:00 pm PDT
  • Original Response Date: Apr 29, 2024 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 14, 2024
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Virgin Islands National Park VI
Description
Synopsis Amendment 2: Unanticipated constraints prevent NPS from conducting the site visit in person, so it is cancelled; we apologize for the inconvenience. NPS will provide a link to a virtual site visit in Section L of the RFP. The full RFP will not be posted on March 26, 2024; monitor SAM in April for the Request for Proposals and its attachments. The first set of questions about the RFP and site will be due approximately 10 days after the RFP is posted and proposals (responses) will be due at least 30 days after the RFP is posted.

Synopsis Amendment 1: The site visit starting time is changed to 10:00 am AT on 4/3/24. CERCLA investigation documents are viewable at https://parkplanning.nps.gov/documentsList.cfm?parkID=412&projectID=100132

This is a pre-solicitation notice that Request for Proposals (RFP) #140P2124R0023 will be posted on approximately March 26, 2024. This is not the full solicitation; proposals are not requested at this time. The RFP will include detailed specifications to conduct a removal action under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). The intent of the contract is to remove sufficient material to reach the Site's removal action objectives as confirmed by post-removal testing.

The contractor will implement a Non-Time Critical Removal Action (NTCRA) work plan at Caneel Bay Resort in Virgin Islands National Park. The work includes removing approximately 13,000 bank cubic yards (BCY) of contaminated soil and landfill refuse and approximately 40 loose CY of contaminated sediment, transporting it to appropriate disposal facilities likely on the mainland, and performing limited site restoration, such as spreading and compaction of clean fill and/or stockpiled soil, grading, preparation of topsoil, seeding. The estimated removal quantities are based on previous site investigations. The contract will use unit-priced items subject to the variation in quantity clause in conjunction with an established ceiling and notification requirements.

Additional details will be provided in the documents to be 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 at the Caneel Bay Resort within the Virgin Islands National Park (VIIS) on St. John, U.S. Virgin Islands (USVI). The approximately 150-acre resort is located approximately 1 mile northeast of the major port town of Cruz Bay. The island of St. John is reached by ferry from St. Thomas, where there is an airport with flights from the mainland. Maps and information are at www.nps.gov/VIIS.

SITE VISIT: A group site visit is scheduled on Wednesday 4/3/24 at 10:00 am AT. No access will be granted to Caneel Bay Resort for parties unable to attend the formal group site visit and requests for individual site visits will not be honored. The Resort is currently operated by a third party who has a guard present at the entry to the resort. Prospective offerors may must not contact the Resort Operator for direct access pertaining to this solicitation. Attendance at the site visit is strongly encouraged (not mandatory). Pertinent details will be provided in Section L of the solicitation.

DETAILS: This is a best value negotiated procurement set-aside for Small Business concerns in accordance with FAR 19.5. The prime contractor shall not subcontract more than the subcontract limitations specified in FAR clause 52.219-14 to other than similarly-situated concerns. For this purpose, work to be performed does not include the provision of materials, supplies, or equipment and falls in the category "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. 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 (https://sam.gov/content/opportunities). 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.

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 Contract 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 https://connect.sba.gov, and to utilize the Small Business Administration (SBA) Dynamic Small Business Search (https://dsbs.sba.gov/search/dsp_dsbs.cfm) 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.

ADD VERBIAGE
Attachments/Links
Contact Information
Contracting Office Address
  • 600 E PARK AVENUE
  • PORT ANGELES , WA 98362
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 2, 2024[Solicitation (Original)] NTCRA under CERCLA at Virgin Islands Nat'l Park
Apr 23, 2024[Solicitation (Updated)] F--NTCRA under CERCLA at Virgin Islands Nat'l Park
Apr 30, 2024[Solicitation (Updated)] F--NTCRA under CERCLA at Virgin Islands Nat'l Park

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >