F--NTCRA under CERCLA 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: NBD00159862842545767
Posted Date: Jul 13, 2023
Due Date: Jul 24, 2023
Solicitation No: 140P2123R0014
Source: Members Only
Follow
F--NTCRA under CERCLA at Virgin Islands NP
Active
Contract Opportunity
Notice ID
140P2123R0014
Related Notice
140P2123R0014
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
WASHINGTON CONTRACTING OFFICE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Jul 12, 2023 07:07 pm PDT
  • Original Published Date: Apr 11, 2023 01:51 pm PDT
  • Updated Date Offers Due: Jul 24, 2023 06:00 am PDT
  • Original Date Offers Due: May 23, 2023 09:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 08, 2023
  • Original Inactive Date: Jun 07, 2023
  • Initiative:
    • None
Classification
  • Original 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 View Changes
Amendment #8 reiterates that Attachment 6 is available and extends the due date to 6:00 am PD on 7/24/23.

Amendment #7 was posted on 7/7/23 but due to a technical snag didn't include this text in Block 14 of the SF30: "Amendment 7 incorporates Attachment 6, Clarifications 32 - 51." Although it posted successfully at SAM that day, the entire RFP disappeared from SAM for an undetermined period of time due to a different technical snag.

Amendment #6 advises prospective offerors that a site visit is scheduled on June 28, 2023, at 9:00 am local (AT) time; details and RSVP instructions are in the SF30 hyperlinked below (sol_140P2123R0014_Amd_0006.pdf). Submit follow-up questions by 1:00 pm PT on June 30 to sarah_welch@nps.gov.

Amendment #5 advises prospective offerors that another amendment will be posted by 6/15/23; sets the solicitation closing date and time as 10:00 am PT on 7/20/23; adds FAR clause 52.204-27; and updates clause 52.244-6.

Amendment #4 notifies prospective offerors that NPS is still working to resolve access issues for the pre-proposal site visit. The rescheduled site visit details will be in a future amendment to be posted with sufficient notice for travel planning. The solicitation closing date and time are now nominally 9:00 am PT on 6/9/23 but will be pushed out in a future amendment to be posted no later than 6/7/23. The revised closing date and time will be approximately three weeks after the rescheduled site visit. We apologize for the inconvenience.

Amendment #3 notifies prospective offerors that the site visit previously scheduled for 5/10/23 is postponed pending resolution of access issues. The rescheduled site visit details will be in a future amendment to be posted with sufficient notice for travel planning. The solicitation closing date and time remain 9:00 am PT on 5/31/23 but will be pushed out in a future amendment to be posted no later than 5/26/23. The revised closing date and time will be approximately three weeks after the rescheduled site visit. FAR clause 52.211-10 Addendum is revised to read "On-site removal activities, including all ACM delivered to customs/shipper for sea transport to mainland, must be complete within 110 days after award. All mainland transportation, disposal, and documentation must be complete within 30 days after departure from USVI." The small business size standard is revised to match new table issued by SBA on 3-17-23. We encourage use of the "follow" feature at SAM to be notified of changes to this RFP.

Amendment 2 transmits Attachment 5: Clarifications 18 - 31 and changes the solicitation closing date.

Amendment 1 transmits Attachment 4: Clarifications 1 - 17, which includes information about a site visit.

Request for Proposals #140P2123R0014 is for a Non Time-Critical Removal Action (NTCRA) to remove asbestos-containing materials (ACM) that is scattered across the Site, generally around buildings with moderate to major hurricane damage, miscellaneous debris piles, and other areas where waste is stored. The contractor will implement a previously-developed NTCRA work plan (WP) to remove, transport, and dispose of ~160 cubic yards of asbestos-containing materials (ACM). Note that there is no landfill permitted to receive hazardous waste in the U.S. Virgin Islands; hazardous materials, including ACM, must be transported stateside for legal disposal. In 2021, NPS performed an Engineering Evaluation/Cost Analysis (EE/CA) investigation to assess the nature and extent of contamination, assess risks to human health and the environment, and determine a preferred cleanup alternative. The Caneel Bay Resort closed to overnight visitors in 2017 after Hurricanes Irma and Maria severely damaged many of its buildings. Topography of the Site varies from steep mountain terrain to gently sloping beaches. The Site slopes to various bays and the Caribbean Sea. The area is characterized as a semi-arid forest.

The on-site work must be complete within 110 days after award.

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: May 10, 2023, at 9:00 am. Details are in Attachment 4 and Section L of the solicitation.

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. As stated in the prescribed range in FAR 36.204, the estimated magnitude of this project is between $500,000 and $1,000,000.

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 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.
Attachments/Links
Contact Information
Contracting Office Address
  • 7333 W JEFFERSON AVE SUITE 100 XXXX
  • LAKEWOOD , CO 80225
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Mar 20, 2023[Presolicitation (Original)] F--NTCRA of ACM at Virgin Islands NP, USVI
Mar 30, 2023[Presolicitation (Updated)] F--NTCRA of ACM at Virgin Islands NP, USVI
Apr 11, 2023[Solicitation (Original)] NTCRA under CERCLA at Virgin Islands NP
Apr 25, 2023[Solicitation (Updated)] F--NTCRA under CERCLA at Virgin Islands NP
May 1, 2023[Solicitation (Updated)] F--NTCRA under CERCLA at Virgin Islands NP
May 3, 2023[Solicitation (Updated)] F--NTCRA under CERCLA at Virgin Islands NP
May 18, 2023[Solicitation (Updated)] F--NTCRA under CERCLA at Virgin Islands NP
Jun 6, 2023[Solicitation (Updated)] F--NTCRA under CERCLA at Virgin Islands NP
Jun 13, 2023[Solicitation (Updated)] F--NTCRA under CERCLA at Virgin Islands NP
Jul 7, 2023[Solicitation (Updated)] F--NTCRA under CERCLA at Virgin Islands NP

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 >