Similar Projects
Mesquite/Tornillo Drainage Improvements - City Of Las Cruces
Infrastructure
Conception
$284,773 est. value
Las Cruces, NM 88001

South Main/Valley Drainage Pond - City Of Las Cruces
Infrastructure
Conception
$1,000,000 est. value
Las Cruces, NM 88005

First Serve Academy and Tennis Center / Santa Fe
New Construction, Infrastructure - 8,500 SF
Design
$12,000,000 CJ est. value
Santa Fe, NM 87507

Tulip Townhomes
New Construction, Infrastructure
Design
$12,100,000 CJ est. value
Rio Rancho, NM 87124

ADA Improvements to Twenty-One County Facilities
Infrastructure
Bidding
$680,000 CJ est. value
Aztec, NM 87410

Construction Services for Bernalillo County Fire Station 37
New Construction, Infrastructure
Bidding
$8,275,000 CJ est. value
Albuquerque, NM 87102

Joan Jones Community Center at Atrisco Hills Addition Phase 2
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$1,500,000 CJ est. value
Albuquerque, NM 87105

El Creston MDWCA Water System Improvements Project
Post-Bid
Las Vegas, NM 87701

Valle Del Rio Water System Improvements
Results
La Mesa, NM

Jacquez Road Line Extension
Results
$99,856 est. value
La Mesa, NM 88021

West Side Water Main Replacement I.H.S
Infrastructure
Construction
San Felipe Pueblo, NM

Monterey Place / Alburquerque
New Construction, Infrastructure - 59,118 SF
Construction
$4,200,000 CJ est. value
Albuquerque, NM 87104

Rufina Street Mixed Use Development
New Construction, Infrastructure - 63,191 SF
Pending Verification
$20,000,000 CJ est. value
Santa Fe, NM 87507

Rancho Alegre Feeder Routes - 2020 Bond - Santa Fe County
Infrastructure
Pending Verification
$800,000 CJ est. value
Santa Fe, NM 87508

RWW-Lake Maloya Dam Safety Improvements - 15247 - City of Raton
Renovation, Infrastructure
Conception
$25,200,000 CJ est. value
Raton, NM 87740

Last Updated 10/04/2022 10:32 AM
Project Title

RFQ D/B - BAND 266697 Utilities Project Bandelier National Monuments

Physical Address View project details and contacts
City, State (County) Los Alamos, NM 87544   (Los Alamos County)
Category(s) Commercial, Entertainment/Recreation, Heavy and Highway, Sewer and Water
Sub-Category(s) Communication Building, Misc. Recreational, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $10,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not a request for proposal or invitation to bid. No proposal package, solicitation, specification or drawings are available with this announcement. Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this source sought announcement or any follow-up information requests. If you choose to submit a package, clearly identify the park and project on your package (BAND 266697- Utilities Project) and identify your socioeconomic status (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, and Small). Your email capability information MUST be 6 pages or less and be SPECIFIC to the scope provided. You must also provide a letter from your bonding company verifying your bonding levels. Your response is due no later than 4:00 pm Mountain Time on May 23, 2022. The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a competitive set-aside or full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc.--see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. All firms should be registered and certified in www.SAM.gov. Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011. Send your email responses to Joseph_Halter@nps.gov, Contracting Officer. Analysis of the quality of responses to this sources sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement. Bandalier Utilities Project NAICS Code: 237110 Estimated Cost Range: Over $10M Estimated Period of Performance: 10/01/2022 - 09/30/2025 Project Description: The contract is a design-build contract. The National Park Service has hired a design firm (Jacob's Engineering) to evaluate existing conditions, conduct topographic survey, archeological survey, geotechnical testing, hazardous soils testing (in one know contaminated area, DDT), water system modeling and permitting coordination with municipalities (water, power, gas) and develop rehabilitation alternatives. Those alternatives were evaluated through a value engineering process to select a preferred rehabilitation/replacement alternative for each utility. The preferred alternative was then further developed to a 30% design level in order to develop this request for proposal in such that sizing, alignment, scaled distances for each utility is quantified to allow prospective bidders understand performance criteria, construction limits and any other limitations to construction on the monument. The prospective awardee is expected to submit for approval the Denver Service Center, National Park Service workflow requirement for Title II Services: Design Development and Construction Documents. Upon successful acceptance of these deliverables by the NPS, a construction notice to proceed will be issued to allow contractor begin physical construction. This project will rehabilitate/replace Bandelier National Monuments water system, power system, gas system, sewer system and telecom system. Below is some basic background for the project and current concept scope being developed for the RFP and final RFP scope may vary. General Background O There are two distinct areas - Mesa area and Canyon area. O The utilities that are common are the electric, natural gas, fiber (telecom) sewer, and water lines. O The new utilities are either being placed in existing utility corridors or beneath roadways to minimize impacts. O Identification and avoidance of archeologically sensitive areas are a major factor in the final location of the utilities. O The utilities will be constructed within a common utility corridor under the Entrance Road that connects the Mesa area to the Canyon area. This is a narrow road corridor and will require careful consideration of setbacks, utility separation, pipe materials, and preservation of adjacent historic ditches and curbs. O There is a DDT contaminated site in the Canyon area that will require removal and proper disposal of the soil if trenched through. This may influence the utility routing. Wastewater System O No work is being done to the existing wastewater treatment facilities. O The existing main lift station on the Canyon is in good working condition. There is no work for the lift station in this project other than connecting to the supervisory control and data acquisition (SCADA) system. O The existing main forcemain in the Canyon area will be pressure tested and cleaned. O The existing sewer mains and laterals will be cleaned and inspected via CCTV to determine the condition and to develop rehabilitation recommendations. O Mains will be replaced or relined as needed, depending on the CCTV results. O Laterals will be replaced as needed, depending on the CCTV results. O Manholes will be evaluated and rehabilitated as needed. O A small, packaged lift station will be included to the Comfort Station No. 1 in the Canyon. The alignment options for this lift station forcemain include: Construct beneath overflow parking lot drive from the lift station to the Entrance Road (may include attaching to bridge or horizontal directional drilling (HDD) upstream of bridge) Construct via HDD under creek bed between lift station and existing manhole near Visitor Center main men's comfort station. Water System O The water system includes two distinct areas: low pressure on the Mesa area and excessive pressure in the Canyon area. O Inadequate fire flow and poor water quality are major issues for both water system areas. O Provide increased water pressure to Mesa area via either booster pump station or elevated storage tank. Waiting on water modeling results and alternatives analysis. O All water lines and services within the Monument will be replaced. New distribution water lines to Juniper Campground comfort stations and fill station, amphitheater, and recreational vehicle (RV) dump station. New water distribution and service lines to all Mesa area facilities, including Fire Lookout. Replace service laterals and meters to buildings in the Canyon area. O The waterline main will be located under the Entrance Road between the Mesa area and Canyon area. O Park Entrance alignment options from water utility tie-in to Entrance Road: Parallel NM-4 on south side to Entrance Road on undisturbed Monument property Parallel existing waterline from NM-4 into Albert Squirrel Loop (campground) to Campground Road and then follow under Campground Road to Entrance Road. O Abandon-in-place the underground storage tank and remove existing water piping suspended over the cliff. Natural Gas (NG) System O All NG mains and services will be replaced within the Monument. O Size the new system for projected future buildings in Mesa Housing. O Provide new services laterals to existing facilities and to planned buildings in Mesa Housing. O All existing service regulator/meter assembles to be reused. O Park Entrance alignment options from regulator station to Entrance Road: Parallel NM-4 on south side to Entrance Road on undisturbed Monument property Parallel existing NG line from NM-4 into Albert Squirrel Loop (campground) to Campground Road and then follow under Campground Road to Entrance Road. O Route piping in existing utility corridors and along roads. Route NG lines under Entrance Road from Campground Road to the Canyon by paralleling the new electric and water lines and the existing sewer and electric/fiber. O The distribution system will be a radial system to minimize excavation through sensitive and cultural resource areas. O Abandon gas line piping suspended over the cliff. Telecom/SCADA System O Conduits will parallel the electrical system. O Provide fiber-optic connection from Canyon area to FOC and Entrance Station. O Provide conduits to campgrounds and Mesa Housing. O Use existing conduits from microwave tower to Canyon area. O SCADA fiber will use dedicated strands in the main backbone fiber cables and smaller branch cable to the site. O SCADA will be a completed new system to monitor and display alarm conditions of the water and wastewater systems. O Sites to monitor include: Master PLC, existing water tank on NM-4 and lift stations (main LS in Canyon, Agoya Lane LS, and Comfort Station 1 LS). Electrical System O New overhead primary service from Los Alamos National Laboratory utility corridor along NM-4. O Provide electrical hookups in campground loops. O Upgrade service to amphitheater and Mesa Housing community and replace service to FOC, if needed. O Restore power to Building 1 (Comfort Station); parallel the sewer force main alignment where practical. O Rebuild feed along Agoya Lane - convert overhead to underground, addition of RV electrical hookups along lane. Firms interested in the project should possess the following specialized skills and experience and address these specialized skills and experience in their responses to this Notice, a submission of no more than 3 projects shall suffice to show experience and skills. Contractors shall demonstrate experience with design build projects to include relationships with Architecture and Engineering (A/E) firms and successfully utilizing the design build construction method. These projects must be of relevant scope and complexity and demonstrate a minimum completion value of approximately $20-$30M and shall demonstrate the following: 1) Experience performing the following work: a. Potable Water Systems: Distribution, Potable Storage, Pressure Zones, Pump Stations b. Power Systems: High Voltage, Medium Voltage, Transformers, Conductors, Switches c. Natural Gas Systems: Pressure Regulators, Distribution d. Wastewater: Gravity Collection Systems, Package Lift Stations, Force Mains e. Telecom & SCADA: Underground Fiber, Infrastructure Local SCADA System 2) Relevance of project experience to this project: a. Maintain existing utilities services while installing new services for short, limited utility outage for cut over of old to new system b. Municipal utilities systems c. Work for National Park Service or other federal agencies with significant below ground archegonial sensitive sites Bonding Capability Interested firms MUST provide a letter from their bonding company to confirm their bonding capacity. The method of contractor selection has not been determined at this time.

Details

Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Dampproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Entrances, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Acoustical Ceilings, Flooring, Carpeting, Painting and Coating, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers.
Division 11 - Equipment, Audio-Visual Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Rugs and Mats, Office Furniture, Seating.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Communications Equipment Room Fittings, Communications Backbone Cabling, Data Communications, Voice Communications, Audio-Video Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents