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
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.
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.
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.
Y--Box Culvert Installation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the installation of a box culvert on Sandpoint Road in Pictured Rocks National Lakeshore, Michigan. The project involves constructing a 4-foot wide by 10-foot long culvert to restore natural water flow between Lake Superior and coastal wetlands, while also replacing the existing road section over the structure. This initiative is part of the government's commitment to infrastructure improvement and environmental preservation, with an estimated construction cost ranging from $500,000 to $1,000,000. Interested small businesses must acknowledge receipt of the solicitation amendment and submit bids electronically by the specified deadline, with a mandatory site visit scheduled for April 16, 2025, at 10:00 AM EDT. For further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or call 330-468-2500.
GAOA Monday Creek Trailhead Bridge Rehabilitation
Buyer not available
The U.S. Department of Agriculture, Forest Service, is soliciting bids for the rehabilitation of the Monday Creek Trailhead Bridge located in the Wayne National Forest, Athens Ranger District, Ohio. Contractors are required to provide all necessary materials, labor, and incidentals to complete the project, which includes the removal of the existing bridge deck and superstructure, installation of a new superstructure, and various site stabilization tasks. This project is crucial for enhancing infrastructure and ensuring safe public access to recreational areas, with an estimated cost between $250,000 and $500,000 and a performance period from May 14, 2025, to February 27, 2026. Interested contractors must submit sealed bids electronically and can contact Paul A. Boucher at paul.boucher@usda.gov or Brad Higley at bradley.higley@usda.gov for further information.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work and making significant renovations, including repairing utility systems, replacing the roof, and constructing a new two-story addition to enhance accessibility and visitor engagement. The Visitor Center, classified as a historic resource, will be closed during renovations, although the park will remain open to the public. Interested businesses, both large and small, must submit their qualifications, bonding capacity, and relevant experience by April 22, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research for this competitive acquisition process.
CARE 265911 Post Construction Seeding
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the CARE 265911 Post Construction Seeding project at Capitol Reef National Park. The contract involves comprehensive revegetation efforts across six sites totaling 11.28 acres, including hydroseeding, mulching, hand seeding, and planting nursery-grown plants, with a performance period extending until December 30, 2026. This initiative is crucial for ecological restoration following road and parking lot reconstruction, ensuring compliance with National Park Service regulations and maintaining site safety for visitors and workers. Interested parties must submit their quotes by May 14, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
Y--Beach Access Upgrades
Buyer not available
The National Park Service is preparing to issue an Invitation for Bid (IFB) for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, Wisconsin. This project involves the removal and demolition of existing structures, followed by the installation of new beach access features, including a parking area, pathway, staircase, and retaining walls, with work anticipated to commence in May/June 2025. The contract, valued between $500,000 and $750,000, is set aside exclusively for small businesses, and interested contractors must be registered in the System for Award Management (SAM) and possess a Unique Entity Identifier (UEI) number. For further inquiries, contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706, and note that the official solicitation will be available in March 2025 on the SAM.gov website.
OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.