Z--Retaining Wall
ID: 140P6425B0008Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 4:00 PM UTC
Description

The National Park Service (NPS) is seeking contractors for a potential project involving the construction of a replacement retaining wall at Cuyahoga Valley National Park in northeast Ohio. The project requires contractors to provide all necessary labor, materials, and equipment to clear and grub the site, construct a 142.5-foot retaining wall per American Railway Engineering and Maintenance-of-Way Association (AREMA) standards, and replace ballast as needed, ensuring a minimum service life of 30 years for the new structure. This opportunity is significant for maintaining the integrity of park infrastructure and ensuring safety for visitors and operations. Interested contractors must respond to the market survey by April 8, 2025, via email to Christopher Bauer at christopher_bauer@nps.gov, with a project magnitude estimated between $500,000 and $1 million and a small business size standard of $45 million under NAICS code 237310.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Z--Retaining Wall
Currently viewing
Sources Sought
Similar Opportunities
Z--FONE VC BLOCK WALL AND DRAINAGE
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the rehabilitation of the block retaining wall and drainage systems at the Fort Necessity National Battlefield Visitor Center in Pennsylvania. The project involves repairing the deteriorated split block facing of the retaining wall and improving drainage to enhance site integrity and prevent further deterioration, while adhering to strict environmental preservation guidelines. This initiative is crucial for maintaining the historical infrastructure of the park and ensuring compliance with local environmental regulations. Interested contractors must respond to the Sources Sought notice by April 8, 2025, at 12 PM ET, and should have an active registration in the Systems for Awards Management (SAM), with project costs estimated between $250,000 and $500,000. For further inquiries, contact Gabriel Zambrano at gabrielzambrano@nps.gov or call 916-591-1513.
Z--Resurface Trail
Buyer not available
The National Park Service is seeking qualified contractors for the Resurface Trail project at Hopewell Culture National Historical Park in Chillicothe, Ohio. The project involves repairing and resurfacing approximately 2,100 lineal feet of the Adena trail, including crack repairs, patching asphalt, and applying seal coat to about 48,500 square feet of pavement. This work is crucial for maintaining the integrity and safety of recreational facilities within the park. The contract, valued between $25,000 and $100,000, is set aside for total small businesses and is expected to be awarded by May 2025, with performance commencing shortly thereafter. Interested parties should contact Ryan Begany at ryanbegany@nps.gov or 330-468-2500 for further details.
New River Gorge National Park - Project WV NP NERI 107(3)
Buyer not available
The Department of Transportation, through the Federal Highway Administration (FHWA), is seeking qualified contractors for a construction project involving roadway slide repairs at New River Gorge National Park in Fayette County, West Virginia. The project entails the construction of soldier pile walls, roadway excavation, ground anchors, and asphalt pavement reconstruction, among other tasks, with an estimated cost between $5 million and $10 million. This opportunity is crucial for maintaining the integrity of the park's infrastructure and ensuring safe access for visitors. Interested prime contractors must submit their qualifications and intentions to bid by April 24, 2025, with responses directed to Mr. Michael Sun at EFLHD.Contracts@dot.gov, as the contract is anticipated to be awarded no earlier than February 2026.
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.
Z--SACN - Repair Rehab Lower District Maintenance Shop
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the repair and rehabilitation of the Lower District Maintenance Shop at St. Croix National Scenic Riverway. The project entails extensive exterior and interior renovations, including the removal and replacement of steel siding, roofing, insulation, windows, doors, and HVAC systems, with optional interior upgrades for administrative spaces and restroom facilities. This initiative is crucial for maintaining the operational integrity of the maintenance facility, with a projected construction cost between $250,000 and $500,000, falling under NAICS code 236220 for commercial and institutional building construction. Interested small businesses must respond to the market survey by April 10, 2025, via email to Bridget Parizek at bridgetparizek@nps.gov, including the reference number 140P6025B0005 in the subject line.
Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a pre-solicitation notice for a Request for Proposal (RFP) focused on repairing the earthen roof structure of Fort Tompkins at the Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to enhance the roof's water-repelling capabilities to address ongoing water infiltration issues that have caused damage to the masonry. This project is significant for preserving the structural integrity of the historic site, and it will be executed as a firm fixed-price contract under NAICS code 238190, with a small business size standard of $19 million and an estimated project cost between $1 million and $5 million. Interested contractors must register in the SAM system to participate, and the RFP is expected to be released by April 14, 2025, with a project duration of 365 days from the Notice to Proceed. For inquiries, contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
Y--HAVO 326181 Rehabilitate Rainshed & Water Treatmen
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the rainwater catchment and water treatment system at Hawai’i Volcanoes National Park. This Sources Sought Notice aims to gather information from both large and small businesses to inform the development of an acquisition strategy for a project expected to exceed $10 million, which includes enhancements to the rainwater system, demolition and replacement of two buildings, and adherence to protective measures due to cultural and environmental considerations. The construction is projected to last 20 months, with work scheduled year-round to minimize visitor impact, and interested businesses must submit their qualifications, experience, and bonding capacity by April 14, 2025, with the solicitation for proposals anticipated to be issued in Summer 2025. For further inquiries, interested parties can contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
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.
Z--SHEN - REPAIR BMCG PAVEMENT
Buyer not available
The National Park Service, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract to repair and replace pavement on the Big Meadows Loop Road within Shenandoah National Park. The project entails applying a 2-inch asphalt overlay, performing full-depth patching, crack sealing, and adjusting utilities, among other tasks, to ensure the road and associated campsite parking areas are restored to proper condition. This procurement is significant for maintaining access and safety within the park, with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of 75 days from the notice of award. Interested contractors must register in the System for Award Management (SAM) and submit their capability information by April 16, 2016, to Wendy DeLeon at wendydeleon@nps.gov.
P--VOYA RLVC Wastewater Mound System Removal
Buyer not available
The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.