Z--MORUREPLACE SECURITY GATES
ID: 140P6325Q0011Type: Solicitation
AwardedAug 12, 2025
$118.2K$118,200
AwardeeGRANITE GROUP, LLC 19207 PRAIRIE HILLS RD Belle Fourche SD 57717 USA
Award #:140P6325P0019
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide construction services for the replacement of security gates at Mount Rushmore National Memorial. The project involves the demolition of existing gates, installation of new K-12 crash-rated gates, and the integration of advanced intercom systems, with a focus on preserving existing infrastructure and complying with stringent safety and environmental regulations. This initiative is crucial for enhancing security at a prominent national landmark while ensuring minimal disruption to public access. Interested contractors must submit their proposals by July 31, 2025, and are encouraged to contact Joseph Kirk at joseph_kirk@nps.gov or 605-574-0510 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is conducting a market survey to assess vendor interest and capability for a project involving the replacement of security gates at Mount Rushmore National Memorial, South Dakota (Reference 140P6325Q0011). The project entails the demolition and removal of two existing gates, along with the installation of new gates that will utilize existing infrastructure like wiring and controls. The new gates will feature a heated cabinet and a timer to ensure functional operation. Vendors must provide information voluntarily at their own cost, and while this market survey doesn't constitute a bidding invitation, it will inform future acquisition strategies. A contractor is expected to complete the project within 90 days of receiving a Notice to Proceed, with an estimated budget between $100,000 and $250,000. Interested firms are encouraged to submit their capabilities, including bonding capacity, size status, and other relevant certifications by May 2, 2025. All responses must be emailed with details including firm name, address, and contact information. Further solicitation details will be available on SAM.gov.
    The National Park Service's Contracting Operations (ConOps) is preparing a Request for Quotation (RFQ) for the removal and replacement of security gates at Mount Rushmore National Memorial, with solicitation number 140P6325Q0011. The project scope includes the demolition of two existing gates, the removal of sizable structural components, and the installation of new gates that interface with existing systems. Work will involve significant construction efforts, including cutting steel beams and ensuring existing electrical utilities are preserved. The project budget is projected between $100,000 and $250,000, with a performance duration of 90 days post-award, anticipated in Summer 2024. This solicitation is designated for small businesses, classified under NAICS code 238290. Successful bidders must possess an active UEI number and be registered in the System for Award Management (SAM) to be eligible for contract award. A formal solicitation is expected to be released on or after May 20, 2025, with submissions due approximately 30 days later. Joseph Kirk is the designated point of contact for queries related to this RFQ.
    The project at Mount Rushmore National Memorial involves replacing two K-12 crash-rated security gates due to the obsolescence of existing components and a shift in security requirements. The replacement will focus on reusing existing infrastructure, such as concrete pads and wiring. The contractor will be responsible for demolishing the old gates, ensuring preservation of any historical or archaeological materials, and avoiding damage to existing utilities. Work must be completed within 90 days of receiving the Notice to Proceed, and all operations need to comply with stringent National Park Service regulations to minimize public inconvenience. Key safety measures, including an accident prevention program and environmental protection guidelines, must be adhered to throughout the project. Additionally, documentation procedures for progress and completion will be enforced, emphasizing the importance of waste removal and recycling. The project underscores the National Park Service's commitment to maintaining security while safeguarding cultural resources during modernization efforts at a prominent national landmark.
    The document details the General Decision Number SD20250032, effective January 3, 2025, outlining wage determinations for heavy and highway construction projects in South Dakota. It incorporates the Davis-Bacon Act’s requirements, mandating the payment of minimum wage rates under Executive Orders 14026 and 13658 for applicable contracts. For contracts awarded after January 30, 2022, workers must receive at least $17.75 per hour, with varying rates applicable based on contract dates and conditions. The document provides specific wage rates for various labor classifications, including carpenters, electricians, and laborers, along with nuances in power equipment operator and truck driver classifications. Furthermore, it addresses the appeal process for wage determinations and the stipulations outlined under Executive Order 13706 regarding paid sick leave for federal contractors. This information is essential for contractors bidding on federal projects, ensuring compliance with wage standards and labor protections, and facilitating understanding of the wage determination process.
    This document serves as an experience questionnaire for contractors interested in participation in federal and state RFPs, focusing on their qualifications and past performance. It requests basic contractor information, including the business type, years of experience, and completion details of projects from the last three years. The form requires an account of current contract commitments, success or failure in completing awarded work, and any projects completed under performance bonds. It also asks about the organization’s workforce and equipment availability. The financial responsibility section permits the submission of a bank letter regarding the contractor's fiscal status. Additionally, it highlights the need for qualifications and experience of principal individuals slated for the project. The certification section emphasizes that all provided information must be accurate, thereby assuring the National Park Service of the contractor's capability to deliver. The overall aim of the questionnaire is to gather essential information to assess the contractor's reliability and ability, ensuring they meet the necessary criteria for contract awards in government-related projects.
    This document outlines the question and answer section regarding the replacement of security gates at Mount Rushmore. The contractor will not be responsible for securing areas during the replacement, but they must limit downtime to allow emergency access. The project is tax-exempt, and there are no liquidated damages associated with the solicitation. Important clarifications include that existing STOP signs are to be reused, and existing electrical utilities must remain intact. Both gate housing units require cabinet heaters, with verification needed for the existing voltage of 240V. The document emphasizes compliance with safety standards (UL 325 and ASTM F2200) for electric gate operators, requiring monitored safety devices and proper construction to prevent entrapment. It also specifies that electrical subcontractors must be included in quotes since Mount Rushmore will not provide an electrician. The period of performance will be corrected based on the issuance of the Notice to Proceed post-award, clearly indicating the structured approach to the project and adherence to safety protocols. This documentation is essential for bidders responding to the Request for Proposals, detailing expectations and compliance necessary for project execution.
    The project entails the installation of a new NEMA 3 rated enclosure measuring 27” x 22” x 13” for IT equipment currently located in an existing gate cabinet. The contractor is responsible for all labor and materials necessary for this task. The new enclosure, made from marine grade 5052 aluminum, will feature airflow vents, thermostat/fan systems, insulation, weather-resistant seals, a security lock, an adjustable mounting plate, sunshade, and a universal mounting bracket for pole installation. The exact pole location will be coordinated with the park, ensuring the rerouting of existing network fiber and proper setup of relocated IT equipment into the new enclosure is completed, ensuring functionality. This initiative appears aimed at enhancing the operational efficiency and environmental protection of IT infrastructure, likely in a governmental or public service context.
    The government is seeking a contractor to design and install new intercom stations at the Mount Rushmore access security gates. The project involves demolishing and removing two outdated audio-only intercom stations and replacing them with advanced intercom systems that will integrate with the existing LenelS2 security software. The new stations will use Internet Protocol for two-way audio communication, ensuring functionality within high-security environments. They must feature weather-resistant casings, a hardware-based cybersecurity platform, and comply with relevant safety and quality standards, including anti-ligature characteristics. Key specifications entail a Sound Pressure Level of 92dB and provisions for remote access. The contractor is also required to submit product details for park approval. This request reflects the government's commitment to enhancing security infrastructure with modern technology while prioritizing safety and durability in challenging environments.
    The document outlines an amendment to a solicitation by the National Park Service regarding a contract for removing and replacing a security gate at Mount Rushmore National Memorial. The primary purpose of this amendment is to reschedule a site visit originally planned for May 29, 2025, to a new date of June 11, 2025, at 10:00 AM Mountain Time. The amendment emphasizes the necessity for contractors to acknowledge the receipt of this amendment by various methods prior to the specified deadline, as failure to do so may result in offer rejection. It also provides contact information for the contract specialist, Joseph Kirk, encouraging inquiries related to this amendment. Overall, this amendment maintains all prior terms and conditions while updating logistical details related to the project timeline.
    The document is an amendment to solicitation number 140P6325Q0011 concerning the removal and replacement of the security gate at Mount Rushmore National Memorial. The primary purpose of this amendment is to extend the proposal submission deadline to June 30, 2025, at 1:00 PM. It stipulates various methods by which contractors must acknowledge receipt of this amendment to avoid rejection of their offers, such as by including it with submitted proposals or via separate written or electronic communication to the specified point of contact, Joseph Kirk. Additionally, it mentions that unless explicitly changed by this amendment, all other terms and conditions of the original solicitation remain in force. The document is structured formally, resembling an official contract modification notice, and includes fields for signatures from both the contracting officer and the contractor. This amendment highlights the ongoing contractual process and ensures proper communication between the government and potential contractors within the context of federal procurement procedures.
    This document details an amendment (No. 3) to the federal solicitation for the replacement of a security gate at Mount Rushmore National Memorial (Project No. 140P6325Q0011). The primary purpose of the amendment is to extend the quote submission deadline from June 30, 2025, to July 16, 2025, at 1:00 PM Mountain Time. Additionally, it addresses queries received during a site visit and introduces a new requirement for the installation and removal of intercom stations, with additional details provided in attached documents. The amendment emphasizes that acknowledgment of the amendment is mandatory for all offers, specifying methods for submission and the consequences of non-compliance. It reaffirms that, aside from the mentioned alterations, all other terms of the solicitation remain unchanged. Contact details for any further inquiries are provided, ensuring clarity and open communication for potential contractors. This document is typical of federal RFP processes, ensuring transparency and thoroughness in contracting procedures.
    The document is an amendment of solicitation 140P6325Q0011 concerning the replacement of security gates at Mount Rushmore National Memorial. The primary purpose of Amendment 4 is to inform contractors that Convergint is the servicing company for the OnGuard software and hardware produced by Lenel. It establishes a new site visit date on July 14, 2025, at 10 am, and extends the closing date for bids to July 21, 2025. It is imperative for contractors to acknowledge receipt of this amendment to ensure their offers are considered valid, including specific instructions for submission acknowledgments by letter or electronic communication. The document underscores the administrative changes and essential actions that bidders must take to remain compliant. The amendment outlines key dates and procedural requirements critical for maintaining participation in the bidding process, reflecting standard practices in government procurement related to modifications in existing contracts. For further inquiries, contractors are directed to contact the contract specialist, Joseph Kirk.
    The government file pertains to Amendment 5 of a solicitation related to the Mount Rushmore National Memorial Security Gate Project. The amendment specifies the addition of a NEMA box installation and extends the submission deadline for proposals to July 24, 2025. It outlines the procedures required for contractors to acknowledge receipt of the amendment, emphasizing that failure to do so may result in the rejection of their offer. It also provides contact information for queries related to the amendment, specifically noting the contract specialist, Joseph Kirk. The document maintains the original terms and conditions aside from the amendments stated. Overall, it serves to clarify modifications to the solicitation process and maintain compliance among bidders in the context of federal contracting procedures.
    The document serves as an amendment to a solicitation for contractor services related to the deployment of a water truck and other activities concerning hot work operations. It details updates to the initial solicitation, including the government’s willingness to provide a 500-gallon water truck for contractor use and the issuance of a Hot Permit for work involving torches and metal cutting. Additionally, it states that contractors are permitted to move dead branches around security gates before such operations. The amendment extends the submission deadline for offers to July 31, 2025, and outlines the procedures for acknowledging receipt of this amendment. Joseph Kirk is identified as the contact for any inquiries regarding the amendment. Overall, this amendment aims to facilitate efficient contractor operations while ensuring safety protocols are adhered to during hot work activities.
    The document outlines a Request for Quotation (RFQ) for a construction contract involving the replacement of security gates at the Mount Rushmore National Memorial. The scope includes the demolition of existing gates, installation of new gates, and necessary preparations such as cutting steel beams while preserving existing electrical systems. The estimated project cost ranges from $100,000 to $250,000, with performance expected within 90 calendar days of contract award. The project is specifically set aside for small businesses, with a mandatory site visit scheduled for May 29, 2025. Contractors are required to have registered representation and certifications within the System for Award Management (SAM) prior to bidding. The document details other important requirements, including the necessity for payment bonds, and compliance with various federal wage regulations. Additionally, the RFQ emphasizes the need for clear communication between contractors and the contracting officer, highlighting standard regulations governing contractor responsibilities for quality control, safety, and reporting. This solicitation reaffirms the government’s commitment to transparent procurement practices while ensuring that the project aligns with federal guidelines and promotes the participation of small businesses.
    Lifecycle
    Title
    Type
    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.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    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.
    Santa Fe Front Gate Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting proposals for the Santa Fe National Cemetery Front Gate Repair project, aimed at restoring the functionality of the front gate operating system. The project requires the contractor to provide all necessary labor, materials, equipment, and supervision to repair both the entry and exit gates, including the installation of four MAX 11400 Operators with battery backup and concrete pads, while adhering to safety standards and minimizing disruption to cemetery operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by 1:00 PM EDT on December 19, 2025, and can direct inquiries to Michael Giaquinto at MICHAEL.GIAQUINTO2@VA.GOV. The estimated construction magnitude is below $25,000, and the work must be completed within 60 calendar days from the Notice to Proceed.
    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.
    WY NPS YELL 10(26), Gardner River High Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NPS YELL 10(26) project, which involves the rehabilitation of the Gardner River High Bridge located 1.5 miles east of Mammoth, Wyoming. The project encompasses a range of construction activities, including lead-based paint removal, bridge painting, approach span replacement, deep patch repairs, guardwall construction, and joint replacement, all spanning a total length of 0.32 miles. This initiative is crucial for maintaining infrastructure within Yellowstone National Park and ensuring safe access for visitors, with an estimated contract value between $20 million and $30 million. Interested vendors should note that the solicitation is anticipated to be released in Winter 2025/2026, and they can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    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.