P--DEMOLISH TOM COVE'S VISITOR CENTER
ID: 140P4325R0005Type: Solicitation
AwardedSep 4, 2025
$456K$456,000
AwardeeALLIANCE STEEL CONSTRUCTION, INC. 3500 N 12TH ST Superior WI 54880 USA
Award #:140P4325C0026
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the demolition of the Tom's Cove Visitor Center located at Assateague Island National Seashore in Chincoteague, Virginia. The project requires a contractor to provide all necessary labor, materials, permits, and equipment to safely demolish the facility, which includes addressing hazardous materials such as asbestos identified in the site assessment. This demolition is crucial for environmental restoration efforts due to the impacts of sea-level rise on the area. The estimated contract value ranges from $500,000 to $1 million, with a performance period from June 11, 2025, to March 31, 2026. Interested contractors must acknowledge receipt of amendments and submit proposals by the specified deadlines, with a pre-bid site visit scheduled for May 22, 2025, at 11:00 am ET. For further inquiries, contact Jason Albright at Jason_Albright@nps.gov or call 617-519-6145.

    Point(s) of Contact
    Albright, Jason
    (617) 519-6145
    (760) 934-4780
    Jason_Albright@nps.gov
    Files
    Title
    Posted
    The National Park Service's Northeast Region is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project involves comprehensive labor and materials to complete the work, with a budget estimate between $500,000 and $1,000,000. This project is set aside exclusively for HUBZone Certified Small Businesses and will operate under a firm-fixed price contract, adhering to Federal Construction Wage Rates specific to Accomack County. The official solicitation, numbered 140P4325R0005, will be available around April 25, 2025, on the government procurement website, and no physical copies will be distributed. A site visit will be arranged for potential offerors to evaluate project specifics. Interested parties must register and maintain an active Unique Entity Identifier in the System for Award Management (SAM) to be eligible for contract award. For further details, contact Contracting Officer Jason Albright via email.
    The National Park Service (NPS) is seeking a contractor for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia, due to environmental unsustainability caused by sea-level rise. The contractor must have at least five years of experience in demolition, particularly in ecologically sensitive areas. The project requires the removal of the Visitor Center, structural piles, elevated boardwalks, and associated utilities, with attention to asbestos materials identified in the roof. The demolition is scheduled between November 1, 2025, and March 31, 2026, and will involve specific environmental precautions as per federal regulations. Contractors must provide all necessary labor, materials, permits, and equipment, ensuring adherence to safety and environmental standards, including OSHA regulations and waste disposal practices. A detailed work plan, safety measures, and waste management strategies are to be submitted. The contractor's responsibilities include supervising operations, maintaining site safety, and coordinating with NPS regarding salvaged materials. Ultimately, the project aims to restore the site to its natural state while ensuring the safety of surrounding resources and compliance with regulatory frameworks.
    The document pertains to contributions and data sources utilized in mapping projects related to Beach Road. It lists a variety of organizations and sources, including Esri Community Maps Contributors, VGIN, OpenStreetMap, and various federal agencies such as the USGS, EPA, USDA, and NPS, among others. This compilation of contributors indicates a collaborative effort to compile, analyze, and provide detailed geographic data for public and governmental use. Such mapping projects play a vital role in urban planning, environmental monitoring, and resource management, facilitating informed decision-making by stakeholders at federal, state, and local levels. The coordination of these multiple data providers underscores the importance of comprehensive and accurate mapping in governmental initiatives. Ultimately, the document highlights the collaborative nature of geographic information systems (GIS) and the essential role they play in government operations and community planning.
    The document titled "Tom’s Cove Visitor Center Pictures" appears to serve as a visual representation or documentation related to the Tom’s Cove Visitor Center, which may be included in federal government RFPs or grants. While the specifics about the contents of the pictures are not detailed, the primary focus seems to be the display of various images that could be intended to showcase the center's facilities, attractions, or environmental context. This visualization can be instrumental in proposals by illustrating the center’s aesthetic, functionality, and potential impact on tourism or community engagement. Engaging visuals often complement initiatives seeking funding or support, highlighting the importance of the site in relation to environmental and recreational objectives. Thus, this attachment likely plays a supportive role in presenting a compelling case for funding or collaboration in the context of government-related projects aimed at enhancing visitor experiences and preserving natural resources at Tom’s Cove.
    The document outlines the layout and features of the Toms Cove Visitor Center, including various spaces such as HVAC equipment, an information desk, and a first aid station. It details specific dimensions and areas, such as a seasonal rangers office and an aquarium touch tank. Additionally, it mentions facilities like a Xerox & fax area, recycling space, and visitor amenities.
    The Toms Cove Visitor Center underwent an environmental survey to identify hazardous materials, specifically asbestos-containing materials (ACMs) and lead-based paints (LBPs). The assessment identified multiple suspect ACMs, including various types of roofing, caulks, and floor materials, with several samples confirmed to contain chrysotile asbestos. A total of fifty-two bulk samples were collected, and the analysis followed EPA-approved methodologies. No lead was detected in the analyzed paint samples, indicating compliance with federal and state definitions of lead-containing materials. Additionally, the survey identified other potentially hazardous materials, including mercury components, electronic wastes, and chemicals requiring special handling. Recommendations state that ACMs must be removed prior to any renovation or demolition, as mandated by federal and Virginia regulations. The document emphasizes the importance of adhering to safety and environmental regulations during the management of hazardous materials to ensure safe renovation practices at the Visitor Center. Compliance and proper disposal procedures are detailed in regulatory summaries, highlighting responsibilities for contractors and owners regarding hazardous waste management.
    The document outlines wage determinations related to building construction projects in Virginia under the Davis-Bacon Act, applicable to specific counties. It specifies minimum wage rates set by Executive Orders 14026 and 13658. For contracts initiated after January 30, 2022, workers are to be paid at least $17.75 per hour, while those under contracts awarded between January 2015 and January 2022 must receive a minimum of $13.30 per hour unless a higher rate is applicable. The summary also includes detailed wage rates for various construction trades such as electricians, elevator mechanics, and pipefitters, along with additional benefits like paid holidays and vacation pay. It emphasizes that unlisted classifications may be added post-award and discusses the appeals process for wage determinations. This document serves to inform contractors of their obligations regarding wage compliance and worker protections, aligning with broader federal procurement guidelines regarding RFPs and grants.
    The document is a report on limitations related to subcontracting within federal contracts, detailing essential information including contract identification, service type, performance periods, and financial allocations. It presents a structured approach to track payments made to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS) during specified task orders. This template outlines the contract number, set-aside type, total contract ceiling, and stipulates the total amount paid to subcontractors while calculating the limitation on subcontracting percentage. The report emphasizes compliance with government regulations pertaining to subcontracting limits, which is critical in maintaining transparency and accountability in federal grants and contracts. It includes provisions for distributing payments among various subcontractors and highlights the need for precise record-keeping to ensure that the prime contractor adheres to contractual obligations throughout the performance period. Overall, it aims to ensure proper oversight and management of federal contracts and subcontracting practices.
    The government document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b) regarding construction contract administration. It mandates that federal agencies provide a clear description of their policies and procedures related to the definitization of equitable adjustments for change orders in construction contracts. Additionally, agencies are required to report data on the time taken to definitize these adjustments. A referenced link leads to the Department of the Interior's website, which contains further information on these policies. The primary purpose of this document is to ensure transparency and consistency in managing change orders within construction contracts, an essential aspect of federal contracting practices. It highlights the significance of systematic procedures for equitable adjustments, which play a crucial role in maintaining project integrity and managing costs effectively.
    The document outlines an amendment to a solicitation related to a government contract, specifically amending the scheduled date for a pre-bid site visit. The original date is changed to May 22, 2025, at 10:00 am ET, with participants meeting at a specified address in Chincoteague, VA. The period of performance for the associated contract spans from June 11, 2025, to March 31, 2026. The amendment requires that all interested offers must acknowledge receipt of this amendment by specified means to avoid potential rejection of their offer. It is crucial for contractors to adhere to the updated timeline and procedures included in the amendment, reinforcing the importance of compliance with contractual modifications in government procurement processes. The document maintains the requirement for all original terms and conditions to remain unchanged unless explicitly stated otherwise.
    This document serves as an amendment to a federal solicitation, specifically identified as solicitation number 140P4325R0005. The primary purpose of the amendment is to modify the timeline for an organized pre-bid site visit, now scheduled for May 22, 2025, at 11:00 am ET, to be held at 8586 Beach Road, Chincoteague, VA 23336. The period of performance for the resultant contract is set from June 11, 2025, to March 31, 2026. Offers must acknowledge receipt of this amendment by the specified deadline, and changes to already submitted offers may be communicated via letter or electronic means if received before the opening hour and date. The document emphasizes the importance of recognizing amendments to avoid offers being rejected, and it outlines the responsibilities of the contractor and administering officials. This amendment reflects the ongoing procedures for managing solicitations within the context of federal RFPs, ensuring compliance and communication among involved parties.
    The document pertains to Amendment 0003 of Request for Proposal Number 140P4325R0005 concerning the demolition of Tom’s Cove Visitor Center at Assateague Island National Seashore. This amendment addresses responses to questions submitted by bidders, a sign-in sheet from a pre-bid site visit, and outlines key procedural requirements for bid submission. Notably, it clarifies that there are no as-built drawings of the structure, and the depth of the existing foundation and walkway piles is unknown due to the building's original construction in the early 1990s. Additionally, the National Park Service (NPS) will remove any furniture or displays that can be detached prior to the demolition. The amendment emphasizes the importance of acknowledging the receipt of this amendment in bids to avoid rejection and specifies the contract's period of performance from June 11, 2025, to March 31, 2026. Overall, the document aims to provide potential contractors with essential updates and requirements to ensure compliance and facilitate the bidding process for this demolition project.
    The National Park Service is issuing a Request for Proposal (RFP) for the demolition of the Tom's Cove Visitor Center located at Assateague Island National Seashore, Virginia. The contract seeks a contractor to provide all necessary labor, materials, and permits for the complete demolition and site restoration, with an estimated project cost between $500,000 and $1 million. The performance period is from June 11, 2025, to March 31, 2026, with a required start within 14 days after receiving the notice to proceed, and completion within 150 days. Key documents include the Statement of Work and several attachments detailing work area configurations, site conditions, and wage determinations. Furthermore, contractors must adhere to specific provisions related to inspection and acceptance, ensure compliance with labor standards, and submit payment requests electronically. Emphasis is placed on the requirement for contractors to maintain quality control throughout the process and to report any significant issues regarding work performance. Additionally, the document outlines expectations for key personnel assignments, ensuring skilled oversight during the project lifecycle.
    Similar Opportunities
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    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.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    North Jetty Repairs, Indian River Inlet
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is soliciting proposals for a Firm Fixed-Price construction contract focused on the North Jetty Repairs Project at Indian River Inlet in Sussex County, Delaware. The project entails the repair of a degraded rubblemound jetty, including both subaerial and submerged sections, and the construction of a new seaward terminus, utilizing large rock and marine mattresses in a challenging inlet environment. The estimated construction cost ranges between $25 million and $100 million, with a performance period of 730 calendar days from the Notice to Proceed. Interested contractors must register for a pre-proposal site visit scheduled for November 12, 2025, and submit proposals via the System for Award Management (SAM) and PIEE Solicitation Module by the extended deadline of December 18, 2025. For further inquiries, contact Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil or Brandon Mormello at Brandon.R.Mormello@usace.army.mil.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    N442487477134 P990 Abandoned Piping Demo
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the P990 Abandoned Piping Demo project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This project involves the removal of abandoned utility pipes within a Duke Energy Corporation right-of-way, with an estimated cost between $250,000 and $500,000, and requires completion within 45 days. The work is critical for maintaining safety and compliance with federal regulations, and only specific contractors listed in the solicitation may submit proposals. Interested parties must submit their proposals by January 7, 2026, at 2:00 PM EST, and can contact Sarah Maready at sarah.a.shugart.civ@us.navy.mil or 910-478-6776 for further information.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    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.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.