ZION - PURCHASE SANDSTONE ROCK
ID: 140P1225Q0059Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR INTERMOUNTAIN REGION(1200)Denver, CO, 80225, USA

NAICS

Other Crushed and Broken Stone Mining and Quarrying (212319)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking quotations for the purchase of sandstone rock for maintenance projects at Zion National Park, under solicitation number 140P1225Q0059. Bidders must be classified as small businesses according to NAICS code 212319 and are required to provide specific sandstone types that meet strict specifications, including density and color consistency with existing park structures. This procurement is vital for maintaining the park's historical and natural integrity, ensuring that the materials used align with the park's aesthetic and structural needs. Quotations are due by August 14, 2025, with delivery expected by December 1, 2025; interested vendors should contact Nicollette Kennemer at nicollette_kennemer@nps.gov or call 720-610-1452 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Technical Questionnaire for the Sandstone Rock Bulk Purchase at Zion National Park aims to collect essential information from vendors submitting bids in response to Solicitation #140P1225Q0059. A key requirement for bidders is to provide detailed images and specify the quarry source for the sandstone to ensure compliance with the color specifications, which include hues from the Southwest Strata such as Kayenta, Navajo, Moenkopi, and Lower Jurassic era sandstones. The questionnaire underscores the importance of thorough and precise responses, emphasizing that vague or inadequate answers may lead to lower evaluation ratings. Overall, this document is part of the federal procurement process, facilitating the selection of suitable suppliers while ensuring adherence to specific material standards needed for the project.
    The Zion National Park's Division of Facility Management is seeking suppliers for the purchase of specific sandstones and flagstones for maintenance projects. The proposal outlines strict specifications for the rock, requiring natural/broken faces, precise dimensions, and color consistency with existing park structures. Key requirements include a minimum sandstone density of 135 pounds per cubic foot and a maximum absorption of 5% by weight. Suppliers must provide samples for approval, with delivery expected to the park's Coal Pits Maintenance Yard within 150 days of the contract award. The document specifies the necessary quantities and measurements for various types of building stones and flagstones, emphasizing that shipping costs must be included in the submitted price. Overall, this RFP reflects the park's commitment to maintaining its historical and natural integrity through meticulous resource sourcing.
    The document is a Request for Quote (RFQ) issued by the National Park Service for the procurement of various sizes of sandstone rock intended for Zion National Park. The solicitation number is 140P1225Q0059, with quotations due by August 14, 2025. This RFQ is a small business set-aside, emphasizing the requirement for bidders to be classified as small businesses according to the NAICS code 212319. Delivery of the sandstone is required by December 1, 2025, with a performance period from June 1, 2025, to the delivery date. The document outlines several prerequisites for bidders, such as being registered in the System for Award Management (SAM) and obtaining a Unique Entity Identifier (UEI). Quotations must include a completed checklist and necessary certifications regarding telecommunications equipment and compliance with federal regulations. An evaluation will be conducted based on the lowest price technically acceptable. Overall, this procurement process demonstrates the federal government's encouragement of small businesses to participate in supplying essential construction materials for national parks. The structured approach ensures compliance with federal regulations and promotes fair competition and transparency in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Campground Renovation Supplies (Plumbing, Lumber)
    Buyer not available
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    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.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
    Z--Bridge 447 - Timber Replacement
    Buyer not available
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    Y--Beach Access Upgrades
    Buyer not available
    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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    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.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting bids for the rehabilitation of visitor center restrooms at Pipestone National Monument in Minnesota. The project aims to renovate existing facilities to ensure compliance with the Architectural Barriers Act, converting them into two single-user restrooms while maintaining public access during construction. This contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with a completion timeline of 120 calendar days from the notice to proceed. Interested contractors must acknowledge receipt of the solicitation amendment, submit their bids by the specified deadline, and direct any inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.