NPS, BISO, TN, REHAB BANDY CREEK INTERIOR Flooring
ID: 140P5325Q0019Type: Combined Synopsis/Solicitation
AwardedJun 5, 2025
$17.7K$17,700
AwardeeCMIP LLC 190 SIERRA CT STE B113 Palmdale CA 93550 USA
Award #:140P5325C0006
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER NORTH MABO (53000)GATLINBURG, TN, 37738, USA

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF OTHER EDUCATIONAL BUILDINGS (Z2CZ)

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 qualified contractors for the rehabilitation of flooring at Bandy Creek Interior in Oneida, Tennessee. This project involves the repair or alteration of educational buildings, specifically focusing on flooring installation and related services. The opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local contractors in maintaining national park facilities. Interested parties should contact Ashley Warcewicz at ashley_warcewicz@nps.gov for further details regarding the procurement process.

    Point(s) of Contact
    Warcewicz, Ashley
    ashley_warcewicz@nps.gov
    Files
    Title
    Posted
    The document appears to encompass various aspects related to federal and state RFPs (Request for Proposals) and grants. Although the text is heavily encoded and contains excessive formatting artifacts, the apparent primary focus pertains to guidelines and processes for organizations seeking funding or contracts for government projects. Key ideas likely include eligibility criteria for applicants, required documentation, evaluation criteria, funding limits, and timelines for proposals. Supporting details might cover specific areas of interest such as environmental compliance, project management standards, or stakeholder engagement. This initiative typically aims to facilitate transparent bidding practices, ensure accountability, and align project outcomes with community needs and government objectives. Adherence to these guidelines is crucial for organizations aiming to secure financial support or contractual opportunities in various sectors. Overall, the document underscores the government’s commitment to structured and equitable distribution of resources through RFPs and grants while enhancing collaborative efforts in community and infrastructure development.
    The document outlines the design and layout details for the Bandy Creek Visitor Center, indicating an area of approximately 1,095 square feet. Key components of the visitor center include a kitchen, storage areas, restrooms (specifying men's and women's), a theater, a bookstore, and facilities for handicapped individuals. Additional features mentioned are a porch and closet. The purpose of the file appears to be related to planning or potential construction, as it specifies areas that need to be considered in the development or renovation of the visitor center. This aligns with typical federal and state RFP contexts, emphasizing the need for accessibility and visitor engagement.
    The document outlines various perspectives of the Bandy Creek Visitor Center and associated areas, documenting views from each corner of the center and its theater, as well as the interpretation and education main floor. This indicates a detailed visual assessment intended for design, renovation, or expansion projects related to the visitor center. The focus on capturing multiple vantage points suggests an emphasis on understanding spatial relationships and visitor experience within these environments. The documentation appears to be part of a broader effort to enhance facilities, likely in response to federal or state funding opportunities, aimed at improving educational and interpretative services for visitors. Overall, the document serves as a preliminary step in planning and development processes for the visitor center, with potential implications for future federal or state grants and RFPs supporting such initiatives.
    The document outlines spatial specifications for a potential governmental project in the Bandy Creek area, specifically focusing on the dimensions and layout of various rooms and areas. The total area under consideration is approximately 805 square feet, which includes an office, breakroom, kitchen, bathroom, tack room, and storage spaces, distributed across different levels of the building. The design includes clear directional annotations (UP/DOWN) indicating accessibility between the upper and lower floors. This layout is likely part of a Request for Proposals (RFP) or grant application aimed at evaluating facilities for public or community use, emphasizing the need for functional and accessible design in government-funded projects. The document serves to provide essential information for evaluating the feasibility and requirements of the proposal, ensuring compliance with spatial and regulatory needs for future development or renovations in the area.
    The file outlines the requirements set by the Federal Acquisition Regulation (FAR) 36.211(b) for agencies regarding the definitization of equitable adjustments for change orders in construction contracts. It emphasizes the necessity for agencies to develop and present a clear description of their policies and procedures relevant to these adjustments. Moreover, it specifies the need to provide data on the timeframes needed for the definitization process. This information serves as a guideline for federal, state, and local agencies involved in construction contracting, ensuring compliance and transparency. The link provided directs users to additional resources related to construction contract policies, highlighting the regulation's focus on sound contract administration practices. This document reinforces government accountability and efficiency in managing change orders and adjustments in construction projects.
    The document addresses questions regarding a government Request for Proposal (RFP) related to a flooring project at a park. It specifies the preferred type of floor coating, which is a polyurethane designed for oak hardwood flooring with a semi-gloss finish. Additionally, it clarifies that the expected timeframe for full project completion is 60 days, although the park prefers a more expedited completion in approximately two weeks. This brief outlines the project's requirements and timeline, reflecting efficient planning and adherence to quality standards necessary for governmental projects.
    The document outlines the responses to questions regarding a federal project (RFP 140P5325Q0019) focused on refinishing flooring within the Bandy Creek Visitor Center and Interpretation & Education Building. Key specifications include the use of a polyurethane semi-gloss coating for approximately 1,900 square feet of hardwood flooring. The project completion timeline is set for 14 days following the issuance of a Notice to Proceed, necessitating a full closure of the building during this period. There are specific provisions for the removal and storage of furniture, with only one item (the donation box) requiring reinstallation. Concerns about flooring transitions prompted acceptance of an epoxy-painted strip for improved adhesion. Protective measures for exhibits during work will be implemented by the contractor, with the park assuming cleaning responsibilities for dust-related issues post-completion. This document serves to clarify project requirements and logistical considerations for bidders, emphasizing the importance of adherence to guidelines and timely execution.
    The Big South Fork National River and Recreation Area (BISO) seeks to rehabilitate the interior components of the Bandy Creek Visitor Center and Interpretation/Education Building in Oneida, Tennessee. The project involves essential maintenance to enhance visitor services by sanding and refinishing approximately 1,900 square feet of hardwood flooring and repainting interior walls, aimed at improving safety and aesthetics. The contracted work must be completed within 14 calendar days from the notice to proceed. The scope includes site protection, careful floor refinishing, and proper cleanup, ensuring minimal disruption to public access. Compliance with safety, environmental regulations, and adherence to insurance requirements is mandatory. Key personnel overseeing the project include the Facilities Maintenance Division Chief and Project Management Branch Chief, who will coordinate operations. This RFP emphasizes commitment to preserving and enhancing key park facilities while adhering to the National Park Service's operational standards. The overarching goal is to ensure the visitor facilities remain functional and welcoming, thereby supporting the park's mission of outdoor recreation and resource preservation for future generations.
    The document is a sign-in sheet for a site visit related to the rehabilitation of approximately 4,700 square feet of flooring at a BISO project. It includes the names, organizations, and contact information of attendees, such as Chris D. Henry from BISO and Grigore from Gripovers Hardwood. Several entries are empty, indicating additional attendees may not have signed in.
    The document outlines an amendment to a solicitation for a project focused on rehabilitating the interior flooring of the Bandy Creek Visitor Center and Interpretation/Education Buildings in Oneida, TN. This amendment includes important details such as floor plans, photographs, and a scheduled site visit on April 30, 2025, at 10 AM CST. The project involves sanding and refinishing approximately 4,700 square feet of hardwood flooring and is scheduled for completion between May 19, 2025, and July 18, 2025. Offers must acknowledge receipt of the amendment by a specified date, with the due date for submissions remaining May 7, 2025, at 1 PM EST. The contract modification reinforces compliance with regulations and deadlines, ensuring potential contractors are informed about project specifications and requirements. The contracting officer for this amendment is Ashley Warcewicz, who oversees the project and communicates any further requirements to interested parties.
    This document is an amendment (No. 2) to a solicitation for the rehabilitation of interior flooring at the Bandy Creek Visitor Center and Interpretation/Education Buildings in Gatlinburg, TN. The primary purpose of this amendment is to extend the due date for offers to May 14, 2025, at 5 PM EST, to give the park additional time to address contractor inquiries. A revised Statement of Work is included, specifying that approximately 1,900 square feet of hardwood flooring requires sanding and refinishing across both facilities. The work's anticipated performance period runs from May 19, 2025, to July 18, 2025. The document outlines instructions for acknowledgment of the amendment receipt, procedures for changes to previously submitted offers, and the requirements for the submission of the offers. Overall, the amendment focuses on enhancing communication between the contracting agency and potential contractors, reflecting the open and transparent procurement practices typical in government RFP processes.
    The document is an amendment to a government solicitation concerning the rehabilitation of the Bandy Creek Visitor Center and Education Buildings in Gatlinburg, TN. It details the necessary acknowledgment procedures for submitted offers related to the amendment and reinforces the importance of complying with specified submission deadlines to avoid rejection. The amendment clarifies that the scope of work includes sanding and refinishing approximately 1,900 square feet of hardwood flooring, with a period of performance set from May 19 to July 18, 2025. The amendment maintains the original submission due date of May 14, 2025, at 5 PM EST, featuring responses to questions raised during the solicitation process and a sign-in sheet from a site visit. Overall, this document is essential for contractors submitting bids to understand the updated requirements and deadlines associated with the project, ensuring compliance with federal contracting protocols.
    The solicitation (No. 140P5325Q0019) outlines a federal project for rehabilitating approximately 4,700 square feet of interior flooring at the Bandy Creek Visitor Center and Interpretation/Education Buildings in Tennessee. The project mandates the contractor to commence work within 10 calendar days after receiving notice to proceed and to complete all tasks within a fixed 30-day timeframe, emphasizing quality control and adherence to the attached specifications. Sealed bids are required, and the contractor must supply any necessary performance and payment bonds. Key provisions include compliance with Department of Labor wage determinations, liability insurance, and the prohibition of lead-based paint. The solicitation encourages small business participation and outlines detailed inspection and acceptance processes involving the Contracting Officer's Representative (COR). Furthermore, it includes contract clauses referencing labor standards and past performance evaluation protocols. The document reflects the federal government's commitment to outsourcing construction work while emphasizing quality, safety, and adherence to regulatory standards.
    The Big South Fork National River and Recreation Area in Tennessee is undertaking a project to rehabilitate the Bandy Creek Visitor Center and Interpretation/Education Building. The primary aim is to address deferred maintenance by refinishing approximately 4,700 square feet of hardwood flooring and repainting interior surfaces, thereby enhancing safety and improving visitor services. The project will be executed by a qualified contractor within a strict timeframe of 14 calendar days following the notice to proceed. Key tasks include preparing the worksite, sanding and refinishing floors with commercial-grade materials, and ensuring minimal disruption to public access during normal operations. The contractor must adhere to safety and environmental compliance standards, manage operations efficiently, and ensure all work areas are cleaned up after completion. They are responsible for their own insurance and must follow specific guidelines related to site use, vehicle operation, and food storage to mitigate accidents and uphold safety standards. Overall, this initiative reflects the National Park Service's commitment to preserving public facilities while ensuring compliance with established safety and operational protocols.
    Lifecycle
    Similar Opportunities
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    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.
    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.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of recreation facilities as part of the Rend Trail and Bridges Construction project at New River Gorge National Park in Glen Jean, West Virginia. The project entails the rehabilitation of five bridges, the replacement of timber cribbing walls, and improvements to trailheads, with a performance period set from January 5, 2026, to September 29, 2028. This opportunity is significant for enhancing recreational infrastructure and ensuring safety and accessibility within the park. Interested small businesses must submit their proposals by January 8, 2026, and can direct inquiries to Rachel Dyer at racheldyer@nps.gov.
    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.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    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.
    Y1PZ--Concrete Repairs B2, B43, B45, B160 & B162
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking qualified contractors for concrete repairs at the James H. Quillen VA Medical Center located in Mountain Home, Tennessee. The project involves repairing and replacing concrete deficiencies in several buildings (B2, B43, B45, B160, and B162), including the demolition and replacement of an existing basketball court with steel-reinforced concrete. This procurement is crucial for maintaining the facility's infrastructure and ensuring safety and functionality for its users. The estimated construction cost ranges from $100,000 to $250,000, with a performance period of 14 calendar days. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns, and interested contractors must have an active listing in the System for Award Management (SAM) database. The solicitation is expected to be posted around December 22, 2025, and inquiries should be directed to Contract Specialist Jen Jamieson at jen.jamieson@va.gov or by phone at (615) 867-6000 ext 20202.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    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
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    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.