93--FY25 WEST ENTERANCE CANOPY GLASS
ID: 140P6025Q0015Type: Sources Sought
AwardedSep 25, 2025
$37.7K$37,671
AwardeeRNR CONSTRUCTION COMPANY LLC 4611 N 80TH AVE Omaha NE 68134 USA
Award #:140P6025P0036
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)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the replacement of a cracked glass panel canopy at the West entrance of the Gateway Arch National Park in St. Louis, Missouri. The project requires the installation of a new, snowmelt-equipped multi-layer glass panel, with a focus on safety, compliance with federal regulations, and completion within 30 days of order receipt. This initiative is crucial for maintaining the park's structural integrity and aesthetic appeal, ensuring visitor safety while adhering to environmental and regulatory standards. Interested contractors should contact Joseph Bac at joseph_bac@nps.gov or call 402-800-8733 for further details, with bids due by May 7, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    The Statement of Work details the replacement of a cracked glass panel canopy at the Gateway Arch National Park in St. Louis, Missouri. The National Park Service seeks a licensed contractor to safely remove the damaged panel and install a new, snowmelt-equipped multi-layer glass panel. The contractor will complete several tasks, including conducting a site visit, ensuring visitor safety during work, and adhering to all applicable regulations for waste disposal, permits, and safety standards. All work must be finished within 30 days of order receipt, and the contractor is required to provide a five-year warranty on materials and workmanship. The initiative underscores the importance of maintaining the park's safety and aesthetic quality while complying with federal, state, and local regulations. The documentation includes attachments with relevant images of the existing damage.
    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.
    The document pertains to the Arch Visitor Center Renovation project, specifically focused on the submittal of Specialty Glazed Enclosure Shop Drawings, identified as Project Package No. 084413-0034-0. It details communications between various parties, including Seele Inc. and the National Park Service, regarding the approval and review status of shop drawings submitted over two dates, October 19 and December 27, 2016. The first submission was listed as “In Review,” while the subsequent submission was “Approved as Noted.” Specific attention is given to the requirements for the shop drawings to conform to architectural and structural standards, emphasizing that approval does not relieve the contractor of their responsibilities regarding measurements, fabrication processes, and overall coordination of work. The review process also underscores the significance of adhering to design intentions and contract specifications, with corrective comments being documented on the submittals. The project aims to enhance the Visitor Center's structural integrity and aesthetic alignment with existing architecture, demonstrating compliance with federal guidelines and construction best practices.
    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.
    The document outlines the Wage Determination No. 2015-5075 under the Service Contract Act by the U.S. Department of Labor, focusing on wage and fringe benefit requirements for federal contractors in Illinois and Missouri. It emphasizes that contracts executed on or after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour for covered workers, while agreements prior to this date may adhere to the older Executive Order 13658, permitting a minimum of $13.30 per hour. The document lists various occupations, associated wage rates, and fringe benefits, including $5.55 per hour for health and welfare, paid vacation, and holidays. Furthermore, it provides guidelines for compliance with paid sick leave as outlined in Executive Order 13706 and details the process for classifying unlisted job positions via standard forms. Additionally, the document states that certain occupational groups may qualify for hazardous pay and stipulates uniform allowances. This wage determination is crucial for ensuring equitable compensation and compliance in government contracts, reinforcing standards for worker protections under federal law.
    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.
    The document outlines a Request for Quote (RFQ) for a firm-fixed price commercial contract related to the procurement of Canopy Glass. It establishes the contracting procedures in compliance with Federal Acquisition Regulations (FAR), including relevant clauses and requirements. Key components involve adherence to recent Executive Orders (14148/14208) and compliance with the System for Award Management (SAM) maintenance. The contract emphasizes pollution prevention, drug-free workplace standards, and protection of government assets. It incorporates clauses on the Federal Acquisition Supply Chain Security Act, prohibiting the use of certain telecommunications equipment and ensuring contractors disclose any involvement with covered articles or sources as defined by federal standards. Details include information on bid submissions, requirements for invoicing through the U.S. Treasury's Invoice Processing Platform, and representations regarding compliance with policies concerning certain telecommunication services and equipment. Overall, the RFQ emphasizes accountability, transparency, and regulatory compliance in government contracting activities while facilitating contractor engagement for quality service delivery.
    This document is an amendment to a solicitation for a Firm-Fixed Price award under the RFQ 140P6025Q0015, specifically targeting the supply and installation of canopy glass materials for the National Park Service. The amendment indicates that submissions for the request must acknowledge receipt of changes prior to the specified deadline, highlighting the importance of compliance with the updated solicitation terms. Notably, the RFQ has transitioned to a full and open buy, eliminating the earlier small business set-aside. The contractor is requested to provide a quote and detailed adherence to the attached Scope of Work (SOW) while expressing that this request does not obligate the government to proceed with performance. The document is administratively structured, indicating the necessity for submissions to be sent via email to a designated contact. Overall, this amendment reflects procedural requirements and modifications pertinent to the federal procurement process, aimed at engaging potential suppliers effectively.
    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
    Similar Opportunities
    RMO22923 - RAY Cold weather event
    General Services Administration
    The General Services Administration (GSA) is seeking to procure urgent repair services for the Robert A. Young Federal Building in St. Louis, MO, following extensive damage from a severe cold weather event. The procurement, valued at approximately $1,800,000, is justified under FAR 6.302-2 due to "Unusual and Compelling Urgency," necessitating immediate action to address critical repairs, including fire sprinkler piping and removal of damaged finishes. Hof Construction Inc., already on-site and familiar with the building's systems, has been selected for this sole-source contract, with plans for future market research to address any non-emergency requirements related to the disaster aftermath. Interested parties can contact Erica Hoffman at erica.hoffman@gsa.gov or April Whitehead at April.Whitehead@gsa.gov for further information.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    FY26 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is forecasting several construction and repair contract opportunities at Jefferson Barracks Air National Guard Station in St. Louis, Missouri, for fiscal year 2026. The anticipated projects include constructing vehicle operations covered parking with rooftop solar panels, repairing the roof of Building 99, and various smaller repair initiatives across multiple buildings, with most projects set aside for small businesses. Interested vendors are encouraged to submit their SAM UEI number, bonding capacity, and a summary of their capabilities to the primary contacts, MSgt Joe Bernier and SMSgt Mark Phillips, via email, as there is no deadline for submissions. The projected contract values range from less than $25,000 to over $5 million, with updates to the opportunity provided periodically throughout the fiscal year.
    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.
    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.
    657-23-117, Create Cohesive Wayfinding System for Veterans, Bldg.1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to create a cohesive wayfinding system at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. The project aims to enhance the veteran experience by updating outdated architectural finishes and installing directional kiosks, informational monitors, and displays honoring each military branch. This initiative is crucial for improving navigation and accessibility within the facility, with an estimated construction cost between $500,000 and $1 million. Interested vendors must submit their capabilities by 2:00 PM CST on December 22, 2025, via email to Gislaine Dorvil at Gislaine.Dorvil@va.gov, referencing "SOURCES SOUGHT: Project 657-23-117 Create Cohesive Wayfinding System for Veterans, Bldg. 1" in the subject line.
    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.
    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.
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Jefferson Barracks National Cemetery, Sylvan Springs Phase 1 Development project in St. Louis, Missouri. This project aims to expand the cemetery by 33.6 acres, increasing burial capacity to accommodate an estimated 208,000 veterans in the St. Louis area until FY 2045, with a focus on providing efficient casketed and cremation options. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), includes general construction and pre-placed crypts, with a total performance period of 912 calendar days, including an Early Turnover phase of 252 days. Proposals are due by January 14, 2026, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.