FY25 WEST ENTERANCE CANOPY GLASS
ID: 140P6025Q0015Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MIDWEST REGION(60000)OMAHA, NE, 68102, USA

NAICS

Flat Glass Manufacturing (327211)

PSC

GLASS FABRICATED MATERIALS (9340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 16, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 7, 2025, 7:00 PM UTC
Description

The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to supply and install a replacement glass panel canopy at the West entrance of Gateway Arch National Park in St. Louis, Missouri. The project aims to address safety concerns due to a cracked glass panel, requiring contractors to conduct a site assessment and install a multi-layered glass panel with snowmelt capabilities, while adhering to federal, state, and local regulations. This procurement underscores the importance of maintaining national park infrastructure to ensure visitor safety and preserve historical integrity. Interested contractors must submit their quotations by May 7, 2025, and can contact Joseph Bac at joseph_bac@nps.gov or 402-800-8733 for further details.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 4:06 PM UTC
The National Park Service (NPS) is conducting a market survey to gauge contractor interest and capabilities for a potential project involving the replacement of canopy glass at the west entrance of Gateway Arch National Park in Missouri. This project is anticipated to initiate in late May 2025 and includes all necessary labor, materials, and equipment for the replacement work. Interested contractors must comply with the small business size standard under NAICS code 327211 and be registered in the System for Award Management (SAM). Interested firms are required to submit specific information including the firm's name, contact details, and a capability statement detailing their qualifications. The NPS is currently collecting information and this market survey does not constitute an invitation for bids or a solicitation commitment. Firms must respond separately to any formal solicitation that may arise. Responses must be submitted via email by April 3, 2025, indicating the reference number 140P6025Q0015 in the subject line. The purpose of this survey is to inform the government’s acquisition strategy based on contractor feedback.
Apr 16, 2025, 3:08 PM UTC
The project proposal details the replacement of a cracked glass panel canopy at the West entrance of Gateway Arch National Park in St. Louis, Missouri. The National Park Service seeks a licensed contractor to complete this work efficiently, prioritizing safety and compliance with applicable regulations. The damaged canopy poses risks due to its structural integrity, exacerbated by temperature fluctuations. The scope of work includes a site assessment, installation of a multi-layered replacement glass panel with snowmelt capabilities, and area safety measures during construction. Contractors must adhere to federal, state, and local regulations regarding waste disposal, necessary permits, and building codes, ensuring all work practices are subject to inspection. The project timeline stipulates completion within 30 days post-order, with operational hours set Monday through Friday. Additionally, a five-year warranty is required for materials and workmanship. The attachments provide visual evidence of the current damage, underscoring the urgency of the repair. This project highlights the federal government's commitment to maintaining national parks and ensuring visitor safety through proactive infrastructure management.
Apr 16, 2025, 3:08 PM UTC
The project file pertains to the renovation of the Arch Visitor Center, specifically highlighting the submittal transmittals for specialty glazed enclosure shop drawings submitted by Seele Inc. The correspondence documents the approval process of these drawings, with initial submissions made on October 19, 2016, and subsequent reviews culminating in approvals as noted on December 5, 2016, by various involved parties, including structural engineers. The drawings underwent multiple reviews to ensure compliance with architectural and engineering specifications, emphasizing the contractor's responsibility for accurate dimensions and construction techniques. Corrections or comments provided during the review do not exempt the contractor from following the contract requirements. The document illustrates the procedural framework of project management in federal contracts, underlining the intricate collaboration among stakeholders involved in government-funded construction projects while adhering to safety and regulatory standards. The overarching aim is to ensure that the renovation aligns with design intent and historical preservation requirements within the context of local infrastructure development.
Apr 16, 2025, 3:08 PM UTC
The document outlines Wage Determination No. 2015-5075, issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage regulations for federal contracts involving services in specific Illinois and Missouri counties. Key provisions indicate that contracts initiated after January 30, 2022, must pay a minimum wage of at least $17.75 per hour, as dictated by Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, and not renewed, must adhere to a minimum wage of $13.30 under Executive Order 13658. Various occupational wage rates are provided, indicating roles from clerical to technical positions, along with required fringe benefits like health and welfare contributions, paid sick leave, vacation, and holidays. Notably, it addresses the conformance process for new occupational classifications not listed in the wage determination. This document serves as a guide for federal contractors, ensuring compliance with wage laws while establishing worker protections, reflecting the government's commitment to fair labor practices in public contracts.
Apr 16, 2025, 3:08 PM UTC
The document is a Request for Quotation (RFQ) issued by the National Park Service for the supply and installation of canopy glass at the Gateway Arch National Park. This RFQ, designated as a small business set-aside, seeks bids from qualified firms under a firm-fixed-price award, adhering to NAICS code 327211. Quotations must include compliance with a specified Scope of Work, and the timeline for delivery is set for 30 days after receipt of the order, with submissions due by May 7, 2025. The RFQ also outlines compliance with various Federal Acquisition Regulation (FAR) clauses, including those addressing labor standards, subcontracting policies, and environmental concerns. Key clauses emphasize the prohibition of contracting with entities providing covered telecommunications equipment. Furthermore, the document stipulates the process for reporting issues encountered during contract performance and mandates adherence to updated regulations affecting procurement practices. Overall, this RFQ represents the government's commitment to leveraging small businesses while ensuring compliance with current legislative and regulatory standards throughout the procurement process.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
H--Door Maintenance & Repair- Gateway Arch NP
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide door maintenance and repair services at Gateway Arch National Park in Missouri, under solicitation number 140P1525Q0059. The procurement aims to ensure the preservation and functionality of doors at this historical site, with a contract period scheduled from April 21, 2025, to May 21, 2025. This opportunity is set aside for small businesses, emphasizing the importance of engaging smaller firms in federal contracting efforts. Interested bidders must submit their quotations by April 23, 2025, at 12:00 PM Mountain Time, and can contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
PAINT EXTERIOR OF VISITOR CENTER
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for a federal contract to repaint the exterior of the Visitor Center at the Ulysses S. Grant National Historic Site in St. Louis, Missouri. The project involves extensive preparation work, including scraping or sanding existing paint, patching damages, and applying at least two coats of new paint, with specific color requirements aimed at preserving the site's historical integrity. This initiative underscores the government's commitment to maintaining historic sites while promoting small business participation in federal contracting, with a firm fixed-price contract anticipated to be awarded for the work. Interested contractors should note that a site visit is scheduled, and all bids must be submitted by the specified deadline, with project completion required within 60 calendar days post-approval. For further inquiries, potential bidders can contact Kimberley Greist at kimgreist@nps.gov or by phone at 202-897-7403.
54--Scaffolding for Vicksburg National Military Site -
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide scaffolding for the New York Monument at Vicksburg National Military Park in Mississippi. The procurement involves the design, erection, assembly, and installation of OSHA-compliant scaffolding to facilitate cleaning and masonry work on the historic granite obelisk, which requires access to all sides and surfaces. This project underscores the importance of preserving historical sites while ensuring safety and quality standards during construction activities. Quotes are due by April 23, 2025, with a site visit scheduled for March 12, and interested contractors should direct inquiries to Brian Thornton at brianthornton@nps.gov or call 240-220-8104.
62--FY25 LIGHT POLE PURCHASE
Buyer not available
The National Park Service, under the Department of the Interior, intends to award a sole source contract to Villa Lighting Supply Inc for the purchase of replacement SA & SA1 Light Poles for Gateway Arch National Park. This procurement is justified as Villa Lighting is the only responsible source capable of supplying these specialized light poles due to their unique design and color coating, which are essential for maintaining the park's standards. The urgency of this procurement is underscored by the need for timely delivery to avoid operational impacts, and it is being conducted under Simplified Acquisition Procedures as outlined in FAR regulations. Interested parties may submit capability statements to the primary contact, Dennis Zoltak, at denniszoltak@nps.gov, by the specified deadline for consideration.
Replace Roof and Gutter - CNHP
Buyer not available
The Department of the Interior, through the National Park Service, 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 property and ensuring its longevity, with a performance period scheduled from June 2, 2025, to September 30, 2025. Interested contractors should contact Melvin Gartrell at melvingartrell@nps.gov for further details and to submit their proposals in compliance with the outlined requirements.
Repair Bow Creek Fence
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified contractors to repair and replace segments of the Bow Creek Fence at the Missouri National Recreational River Headquarters in Yankton, South Dakota. The project involves removing downed vegetation, repairing existing fencing, and installing new treated wood posts and H-braces to ensure the fence meets acceptable standards and prevents cattle access during repairs. This initiative is crucial for maintaining park boundaries and ensuring public safety within national recreational areas. The estimated contract value ranges from $25,000 to $100,000, with a firm-fixed price contract set aside exclusively for small businesses. Interested contractors must contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details and are required to register in the System for Award Management (SAM) prior to bidding. The project timeline stipulates completion within 120 days from the Notice to Proceed.
Replace Headquarters Roof
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the replacement of the headquarters roof at Cedar Creek and Belle Grove National Historic Park. This project involves the removal and replacement of an asphalt shingle roof system, requiring contractors to provide all necessary labor, supervision, materials, and equipment for completion. The initiative underscores the government's commitment to preserving national historic sites while ensuring compliance with regulatory standards and maintaining quality in construction services. Interested contractors should note that the performance period is scheduled from June 10 to July 10, 2025, with work expected to commence within five calendar days of receiving a notice to proceed. For further inquiries, contractors can contact Melvin Gartrell at melvingartrell@nps.gov.
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.
Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
Buyer not available
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.
LTUY202005 Construct Vehicle Operations Covered Parking
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the construction of vehicle operations covered parking at Jefferson Barracks in Saint Louis, Missouri. This project entails providing all necessary labor, materials, and supervision for the construction, with a contract duration of 260 calendar days following the notice to proceed. The procurement is set aside entirely for small businesses, with a contract value estimated between $1 million and $5 million, and includes options for additional features such as waterproof electrical receptacles and gutters. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference and site visit, with the solicitation expected to be issued around May 30, 2025. For further inquiries, contractors can contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or by phone at 314-527-8033.