Comfort Station Cyclic Upgrades
ID: 140P6425Q0044Type: Solicitation
AwardedJul 14, 2025
$77.9K$77,870
AwardeeSPEYE TECHNOLOGIES, LLC 6091 RD L Dumas TX 79029 USA
Award #:140P6425C0015
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Park Service, under the Department of the Interior, is soliciting proposals for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, Texas. This project involves comprehensive upgrades to two pre-cast CXT Navajo quad flush/shower buildings, including painting, sealing surfaces, and replacing water heaters and skylights, with the aim of enhancing visitor experience and maintaining facility functionality. The contract, set aside exclusively for small businesses, is valued between $100,000 and $250,000, with work anticipated to commence in July 2025 and a completion timeline of 120 days from the Notice to Proceed. Interested contractors should contact Jarrod Brown at jarrod_brown@nps.gov or 330-468-2500 for further details and ensure compliance with registration requirements in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior's National Park Service has outlined a price schedule for construction items related to the "Comfort Station Cyclic Upgrades" project at the Lake Meredith National Recreational Area in Fritch, Texas. The document specifies various tasks such as mobilization/demobilization, installations of water heaters, replacement of skylights, exterior and interior cleaning and painting, concrete repairs, and recaulking of seams. Each task is listed with a unit quantity and a price per unit, although specific figures are not provided. The cumulative costs will include a subtotal, overhead, profit, and bonds, culminating in a grand total for the project. The goal of these upgrades is to enhance and maintain the comfort station facilities, ensuring they meet operational standards and comply with safety regulations. This document serves as part of the overall planning and procurement framework under the federal grant and RFP processes for facility improvements within national parks.
    The document outlines the representation requirements for Offerors related to telecommunications and video surveillance equipment and services in federal contracts, as mandated by the John S. McCain National Defense Authorization Act (2019). Offerors must represent whether they provide or use covered telecommunications equipment or services. The prohibited components include those that significantly contribute to a system's functionality or critical technology, effective since August 13, 2019, and 2020, respectively. Offerors are instructed to exclude entities listed in the System for Award Management (SAM) that provide covered equipment or services. Detailed disclosures must be provided if an Offeror indicates that they will supply such equipment, encompassing information about producers, descriptions, and usage explanations. The document emphasizes compliance with these representations, ensuring that government procurement does not involve potentially compromised telecommunications assets, thereby securing national interests in technological integrity.
    The document is a Request for Proposal (RFP) issued by the National Park Service for the construction of cyclic upgrades on two CXT Navajo quad flush/shower buildings at the Lake Meredith National Recreation Area. The project requires the contractor to provide all necessary labor, materials, and tools to refurbish the buildings, including painting, sealing surfaces, and replacing water heaters and skylights. The total estimated cost of the project is between $100,000 and $250,000, with a firm-fixed price contract expected to be awarded. This solicitation is a total small business set-aside, emphasizing the government's commitment to supporting small businesses. The RFP outlines key details such as the timeline for project commencement (within ten days of notice to proceed) and completion within 120 calendar days. All proposals must comply with specific construction wage rate laws applicable in Hutchinson County, TX. A site visit is planned for interested bidders, and offers must be submitted in sealed, marked envelopes following the prescribed guidelines. The document specifies the importance of inspections, performance bonds, and compliance with various federal acquisition regulations and safety standards. Overall, this solicitation reflects the government's efforts to enhance recreational facilities while adhering to regulatory frameworks.
    The Lake Meredith National Recreation Area is set to undergo cyclic upgrades for two comfort stations located at Sanford Yake and Fritch Fortress. The project involves interior and exterior work, including the installation of water heaters, replacement of skylights, and extensive painting of the comfort stations. The contractor is responsible for all aspects of material procurement, labor, and ensuring safety throughout the construction process. Specific tasks involve cleaning and sealing surfaces, caulking, and protecting the surrounding environment during the work. The upgrades aim to enhance visitor experience and maintain the functionality of the facilities. Work is scheduled to be conducted during weekdays and requires adherence to safety regulations, including a contractor safety plan. The completion period is set at 120 days from the Notice to Proceed, indicating the government’s intent to preserve and improve the recreation area while safeguarding public and employee safety. This document aligns with federal government RFP processes by detailing the scope of work, specific requirements, and operational guidelines for contractor compliance.
    Lifecycle
    Similar Opportunities
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.