Z--YOSE, SEKI, and DEPO Flooring IDIQ
ID: 140P8525R0005Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Flooring Contractors (238330)

PSC

MAINTENANCE OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) ENVIRONMENTAL LABORATORIES (Z1HZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on flooring services at Yosemite, Sequoia and Kings Canyon National Parks, Devils Postpile National Monument, and El Portal, California. The procurement will encompass flooring installation and related tasks, with task orders ranging from $2,000 to $1,500,000, and a total cap of $1,500,000 for any single contractor. This initiative is crucial for maintaining the facilities within these national parks, ensuring they remain safe and accessible to the public. Interested businesses are encouraged to submit their capabilities and business classifications by May 2, 2025, directly to Timothy Modjeski at Tim_Modjeski@nps.gov or by phone at 303-819-9916.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is conducting market research through a Sources Sought Announcement for the procurement of a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on flooring services, including installation and ancillary tasks, at various sites within Yosemite, Sequoia and Kings Canyon National Parks, Devils Postpile National Monument, and El Portal, CA. This announcement serves as a preliminary step to gauge interest among contractors and is not a solicitation for proposals or orders. Task orders may range from $2,000 to $1,500,000, with total task orders not exceeding $1,500,000 for any single contractor. Interested businesses are invited to submit information about their capabilities, including their business classification and contact details. The responses are due by May 2, 2025, and should be emailed directly to the designated NPS contact. The NPS aims to determine the feasibility of conducting a competitive procurement based on the responses received. This initiative underlines the NPS's commitment to maintaining its facilities while exploring market options that comply with federal procurement regulations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    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.
    C--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Pacific and Intermountain Regions. The procurement aims to gather market interest and qualifications from both large and small businesses for various architectural and engineering services, including historic structure preservation, accessibility upgrades, and infrastructure improvements. This initiative is crucial for maintaining and enhancing the NPS's facilities and services, ensuring compliance with federal standards and improving visitor experiences. Interested firms must demonstrate their capabilities and comply with federal subcontracting limitations, with responses due by January 16, 2026, at 2:00 PM Mountain Time. For further inquiries, contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    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.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting proposals for the CA NP MULTI PMS(1) project, which focuses on pavement preservation efforts within Yosemite National Park and Devils Postpile National Monument in California. This task order request is exclusively open to a select group of prime contractors, including VSS International, Inc. and H-K Contractors, Inc., who will be responsible for various construction and traffic control activities aimed at maintaining and improving road infrastructure in these national parks. The project is critical for ensuring the safety and quality of transportation routes, as it follows assessments conducted under the Federal Highway Administration's Road Inventory Program, which evaluates the condition of paved roads and prioritizes maintenance needs. Interested subcontractors can find additional information and project documents on the Federal Lands Highway website, and inquiries can be directed to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should 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.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.