Opportunity: REHABILITATE CLOVER CREEK WASTEWATER TREATMENT PLANT

Description 

PRE-SOLICITATION ANNOUNCEMENT SEQUOIA AND KINGS CANYON NATIONAL PARKS REHABILITATE CLOVER CREEK WASTEWATER TREATMENT PLANT, DUMP STATIONS, & VAULT TOILETS RFP No. 140P8620R0010 The National Park Service (NPS), Sequoia and Kings Canyon National Parks (SEKI), located in Tulare County, California, has a requirement for the rehabilitation of the Clover Creek wastewater treatment plant and three RV dump stations, along with the installation of vault toilets at the Giant Forest. The Contractor shall provide all mobilization, labor, supervision, materials, equipment, site rehabilitation, clean-up, and demobilization. The Contract Base Work involving wastewater system improvements and vault toilet installation consists of the following, but is not limited to: 1. Component replacement and/or rehabilitation of specific equipment and related work items at Clover Creek Wastewater Treatment Plant. a. Mechanical process aeration for equalization basins, aeration basins, and digesters. b. Lighting and power plan improvements. c. Replace clarifier No. 3 mechanical equipment and drive motor. d. Process area exhaust fan replacement. 2. Component replacement and/or rehabilitation of specific equipment and related work items for three existing Dump Stations (Potwisha, Dorst, & Lodgepole). 3. New flexible membrane fine bubble diffuser aeration equipment and blowers and related work items at Clover Creek Wastewater Treatment Plant. 4. Installation of new vault toilets at two locations in the Upper Kaweah Parking Lot of the Giant Forest. The Request for Proposal (RFP) will include twenty-two base bid items and thirteen bid options that may be exercised by the Contracting Officer (CO) at the time of award or during contract performance. The disclosure of the magnitude of construction range is estimated to be between $1,000,000 and $5,000,000. This procurement is set-aside for Women-Owned Small Business (WOSB) concerns only. Offers received from concerns that are not Women-Owned Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 237110; the small business size standard is $36.5 million. The Government intends to award a single, firm fixed price contract. Award selection shall be made on a ¿Trade-Off Best Value¿ basis. The RFP will be available via electronic commerce only and may be accessed on or about June 22, 2020 at either SAM/FBO: https://beta.sam.gov/ or FedConnect: http://www.fedconnect.net. The due date for proposals will be 30 days after the date of issuance of the RFP. However, this may be extended at the discretion of the Government. The prospective Offeror is responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFP. A Site Visit will be scheduled, see Section L of the RFP (when issued) for more information. While not required, attendance at the Site Visit is highly recommended. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website. Interested parties may explore the SEKI website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/seki. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor¿s own expense. NOTE: Information contained in this pre-solicitation announcement is subject to change. Any questions should be addressed to: Kyle Daniska at kyle_daniska@nps.gov

Overview 
Reference number: 140P8620R0010
Issue date: 06/03/2020
Response due:

Set Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
NAICS: 237110-Water and Sewer Line and Related Structures Construction
PSC / FSC: Z2PD-REPAIR OR ALTERATION OF WASTE TREATMENT AND STORAG

Agency: DOI

Contracting office:

NPS, PWR - GOGA MABO
Building 201, Fort Mason
San Francisco, CA 94123


Place of Performance:




Contact: Kyle Daniska
Phone:
Fax:
Email: Kyle_Daniska@nps.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2025 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect