53--INSTALL NEW KEY CORE LOCKS & HARDWARE
ID: 140P4225Q0018Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Locksmiths (561622)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting bids for the installation of new key core locks and compatible door hardware at Colonial National Historic Park. The project aims to replace the existing 6-pin core lock system with new Medeco 7-pin core locks, ensuring compatibility and maintaining aesthetic continuity across multiple facilities. This procurement is set aside for small businesses under NAICS code 561622, with a total contract period from July 1, 2025, to December 30, 2025, and requires bidders to submit written quotes by May 20, 2025. Interested parties should contact Melvin Gartrell at melvin_gartrell@nps.gov for further details and are encouraged to attend the scheduled site visits on April 16 and May 5, 2025, to assess project requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Colonial National Historic Park requires installation of new Medeco 7-pin core locks and compatible door hardware across multiple facilities to replace the existing 6-pin core system. This scope of work includes inspecting all building locks to determine which are compatible with the new locks and replacing incompatible door hardware in a manner that maintains aesthetic continuity. The contractor will coordinate the installation within a two-week timeframe, beginning in July 2025, ensuring minimal disruption to park access. Compliance with safety regulations and environmental laws is mandatory, and the work will be managed by a Park representative. The document outlines locations for service, requiring escorts from park staff for access, and emphasizes the need for timely completion and effective project management. The contractor must be prepared with certified and qualified personnel, and all operations will be conducted during standard business hours. The project reinforces the National Park Service's commitment to preserving historical integrity while upgrading security systems.
    This document serves as an amendment to a federal solicitation for a project slated to occur on federally owned land. Key modifications include extending the solicitation closing date to May 20, 2025, incorporating an additional site visit on May 5, 2025, and updating the request for information (RFI) date to May 9, 2025. It specifies that a Virginia Department of Justice Locksmith permit is not required for work performed on the site. The contract's period of performance spans from July 1, 2025, to December 30, 2025. Participants in the bidding process must acknowledge receipt of this amendment as outlined in the document to avoid rejection of their offers. The document emphasizes compliance with federal regulations and stipulates that all previously established terms remain in effect unless altered by this amendment, which aligns with the standard procedures for federal RFPs and contract modifications.
    The document outlines a Request for Quotation (RFQ) for the installation of key core locks and compatible door hardware at Colonial National Historic Park. It specifies that the acquisition is set aside for small businesses under NAICS code 561622, with a size standard of $25 million. The solicitation requires bidders to submit written quotes by April 30, 2025, addressing technical qualifications, past performance, and pricing. Key evaluation factors include technical competency, prior experience with similar projects, and overall price. A site visit is scheduled for April 16, 2025, for potential offerors to assess project requirements. The Federal Acquisition Regulations (FAR) clauses relevant to this procurement are incorporated, indicating compliance with federal laws, including payment processing via the Invoice Processing Platform (IPP). The overall focus is on ensuring a competitive bidding process for the installation services while maintaining compliance with government procurement standards and priorities for small businesses, including those owned by veterans and women.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    SOLE SOURCE – BRAND NAME ONLY MEDECO PINS AND CONTROL KEYS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure Medeco pins and control keys through a sole source justification. This procurement is focused on acquiring brand name only items, which are critical for maintaining security and access control within Navy facilities. The opportunity emphasizes the necessity of these specific hardware components to ensure compatibility and reliability in security systems. Interested vendors can reach out to Christina Staggs at christina.l.staggs.civ@us.navy.mil for further details regarding this procurement.
    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--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.
    C--Sources Sought Notice
    Interior, Department Of The
    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.
    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--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--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    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.