Z--OCRACOKE HOUSING SIDING AND WINDOWS
ID: 140P5325R0009Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER NORTH MABO (53000)GATLINBURG, TN, 37738, USA

NAICS

Siding Contractors (238170)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 30, 2025, 9:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is preparing to solicit bids for a project to replace siding and windows for four housing units located on Ocracoke Island, North Carolina. This project falls under the NAICS code 238170 for Siding Contractors and is classified as maintenance of family housing facilities, with an estimated value between $500,000 and $1,000,000 and a completion deadline set for December 31, 2025. The government emphasizes its commitment to providing maximum opportunities for small businesses, including those owned by veterans and women, in the procurement process. Interested vendors should maintain an active registration in the System for Awards Management (SAM) and are encouraged to check the SAM website for the upcoming solicitation, expected to be issued on April 23, 2025. For further inquiries, vendors can contact Ashley Warcewicz at ashley_warcewicz@nps.gov.

Point(s) of Contact
Warcewicz, Ashley
ashley_warcewicz@nps.gov
Files
Title
Posted
Apr 8, 2025, 1:05 PM UTC
The pre-solicitation notice 140P5325R0009 details an upcoming project to replace siding and windows for four National Park Service (NPS) housing units on Ocracoke Island, NC. The project is classified under construction maintenance (siding contractors) and has a value between $500,000 and $1,000,000, with a completion date set for December 31, 2025. The solicitation documents will be available electronically on the SAM website, and no paper copies will be distributed. Interested vendors are encouraged to maintain an active registration in the System for Awards Management (SAM) to participate. The announcement highlights the government's commitment to maximizing opportunities for small businesses, including veteran-owned and women-owned entities, in the procurement process. It further outlines procedural guidelines according to federal acquisition regulations regarding equitable adjustments for construction contracts. While this is not a solicitation, it serves as an advance notification for potential bidders with the solicitation expected to be issued on April 23, 2025. Vendors are advised to regularly check for updates.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Y--REHAB PINE ISLAND HOUSING UNIT 124
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a Request for Proposal (RFP) for the rehabilitation of Pine Island Housing Unit 124 located in Everglades National Park, Homestead, Florida. The project entails significant upgrades, including the replacement of electrical, plumbing, and HVAC systems, roof replacement, and interior renovations in various areas of the housing unit. This procurement is particularly important as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236118, with an estimated contract value ranging from $250,000 to $500,000. Interested vendors must register on SAM.gov, attend a scheduled site visit, and monitor the platform for updates, as the official solicitation is expected to be released around June 1, 2025, with proposals due approximately 30 days thereafter. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
Z--REPLACE SHINGLES ON 2 HISTORIC HOUSES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking proposals for the replacement of wood shingles on two historic buildings located at the Herbert Hoover National Historic Site in West Branch, Iowa. The project requires contractors to provide all necessary labor, materials, tools, and equipment to complete the roofing work, with a contract value estimated between $100,000 and $250,000. This opportunity is significant as it involves the preservation of historic structures, and the contract is set aside 100% for Total Small Businesses, with evaluations based on technical merit, past performance, and price. Interested contractors should note that the solicitation will be publicly available in late April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for award; for further inquiries, contact Joseph Bac at josephbac@nps.gov or 402-800-8733.
CSS 89308 - Replace Doors, Windows, and Vestibule
Buyer not available
The Department of Defense, specifically the Army Contracting Command New Jersey, is seeking a contractor to replace windows, doors, and vestibules in support of the 99th Readiness Division. This procurement will involve a total small business set-aside and requires the contractor to provide all necessary personnel, equipment, supplies, services, and materials as outlined in the forthcoming solicitation and Statement of Work. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, with a size standard of $45 million. The solicitation number W15QKN-25-R-A080 is expected to be posted on PIEE/SAM.GOV around May 9, 2025, and interested parties should monitor the site for updates and the actual due date for proposals. For further inquiries, potential bidders can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
Y--Cape Cod National Seashores Racepoint Area Facility
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a construction project at the Cape Cod National Seashores Racepoint Area Facility in Provincetown, Massachusetts. The project entails the demolition of existing lifeguard and women's changing room facilities, followed by the construction of two new modular double vault toilets, accessible walkways and ramps, outdoor showers, and additional men's changing accommodations, all while ensuring compliance with Massachusetts Department of Environmental Protection regulations. This initiative is crucial for enhancing visitor facilities at a significant national park site, with an estimated budget ranging from $1 million to $5 million, and is exclusively set aside for small businesses under NAICS Code 236220. The solicitation is expected to be issued around May 6, 2025, and interested contractors must maintain active registration in the System for Award Management (SAM) to be eligible. For further details, potential bidders can contact Mari Tolleson at maritolleson@nps.gov or by phone at 857-283-4598.
Z--GATE-REHAB ROOFS-BLDG 40
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to solicit proposals for the rehabilitation of roofs at Building 40, located in the Sandy Hook Unit of the Gateway National Recreation Area in Fort Hancock, New Jersey. The project involves comprehensive repair work, including debris removal, wood floor repair, roof sheathing and framing inspection, and replacement of roofing materials, all in compliance with the Secretary of the Interior Standards for the Treatment of Historic Properties. This opportunity is set aside for small businesses under NAICS code 238160, with an estimated contract value between $1 million and $5 million, and proposals are expected to be due approximately 30 days after the solicitation is issued on or about May 30, 2025. Interested contractors should ensure they are registered in the System for Award Management (SAM) and may contact Roselyn Sessoms at RoselynSessoms@nps.gov for further information.
Z--REHAB FLAMINGO HOUSING UNITS 416 A-D
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the rehabilitation of Flamingo Housing Units 416 A-D at Everglades National Park, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves extensive renovations, including upgrades to electrical, plumbing, and HVAC systems, as well as structural improvements, with an estimated contract value between $500,000 and $1,000,000. This initiative underscores the government's commitment to enhancing facilities within national parks while supporting veteran-owned enterprises. Interested contractors must submit their proposals by May 2, 2025, and can direct inquiries to William Vazquez at WilliamVazquez@nps.gov or by phone at 470-819-0934.
Z--Crater of the Moon INSTALLATION OF NEW WINDOWS
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the installation of new exterior operable windows at Craters of the Moon National Monument in Arco, Idaho. The project involves cutting new openings in an existing brick wall and installing three energy-efficient operable sliding windows in individual offices that currently lack exterior windows, adhering to applicable building codes and NPS facility standards. This installation is crucial for enhancing the functionality and energy efficiency of the offices within the monument. The solicitation is expected to be posted on or around May 1, 2025, with a contract value estimated at less than $25,000. Interested small businesses must have an active vendor record in SAM.gov and can direct inquiries to Geraldine Larsen at geraldinelarsen@nps.gov, as phone calls are not accepted.
Z--Replace Roof and Gutter - CNHP
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for the replacement of the roof and gutter system at 109 Jefferson St., Colonial National Historic Park, Virginia. The project involves removing approximately 2,000 square feet of asphalt shingles, repairing damaged plywood, and installing new gutters and gutter guards, all while adhering to OSHA safety guidelines and ensuring minimal disruption to the facility's occupancy. This procurement is crucial for maintaining the historical integrity of the site and ensuring the longevity of the structure. Interested contractors must submit sealed bids by 1200 EDT on May 9, 2025, with a performance period scheduled from June 2, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Melvin Gartrell at melvingartrell@nps.gov.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, 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 requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@nps.gov.
Replace Roof at Ballard House and Smokehouse Colon
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting bids for a federal contract to replace the roofs of the historic Ballard House and Smokehouse at Colonial National Historical Park in Yorktown, Virginia. The project entails the removal of approximately 3,400 square feet of existing cedar shake shingles, addressing any underlying structural damage, and installing new roofing materials, all while adhering to strict quality assurance and safety regulations. This initiative underscores the federal commitment to preserving historical structures and ensuring compliance with environmental standards. Interested contractors must submit their offers electronically, with an estimated project cost between $25,000 and $100,000, and work is expected to commence within ten days of the notice to proceed, completing within 204 days. For further inquiries, contact Melvin Gartrell at melvingartrell@nps.gov.