This is a pre-solicitation notice that Request for Proposals (RFP) #140P2125R0039 will be posted on approximately July 8, 2025. This is not the full solicitation; proposals are not requested at this time. The RFP will include detailed requirements 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.
The contractor will implement Non-Time Critical Removal Action (NTCRA) Specifications at the Pinhook Bog Debris Site in Indiana Dunes National Park (INDU). The work includes removing approximately 1,350 bank cubic yards (BCY, estimated to be 2,500 tons) of solid waste and commingled soil (some of which is contaminated and may be classified as hazardous), characterizing the material, transporting it to appropriate disposal facilities, collecting and analyzing confirmation samples, and preparing a Removal Action Completion Report (RACR). The estimated removal quantities are based on previous site investigations. The firm fixed price contract will use a combination of lump sum and 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.
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.
PROJECT LOCATION: The work site is comprised of seven distinct debris areas within the Pinhook Bog unit of INDU, south of Michigan City IN, on the north side of US Interstate Highway 80/90 tollway and just east of Wozniak Road. Maps and information about the park are at www.nps.gov/INDU.
SITE VISIT: A group site visit is scheduled on the morning of 7/23/25. Pertinent details will be provided in Section L of the solicitation. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored.
DETAILS: This is a best value negotiated procurement set-aside for Service-Disabled Veteran-Owned Small Business concerns in accordance with FAR 19.14. 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 falls in the category "services." 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 contract subject to the Wage Rate Requirements (Construction), formerly known as the Davis-Bacon Act. As stated in the prescribed range in FAR 36.204, the estimated magnitude of this project is between $250,000 and $1,000,000 (also refer to Offer Affordability notice in RFP Section L.3).
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 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.
For more information, contact the Contracting Officer at
[email protected].