S--Maintain Wawona Hotel Buildings & Premises
ID: 140P8525Q0016Type: Combined Synopsis/Solicitation
AwardedSep 12, 2025
$2.1M$2,110,256
AwardeeNATIONAL CONTRACTING SERVICES, LLC 11501 PLANTSIDE DR STE 4 LOUISVILLE KY 40299 USA
Award #:140P8525C0003
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

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 proposals for the maintenance of the Wawona Hotel buildings and premises located in Yosemite National Park, California. The contract, identified by solicitation number 140P8525Q0016, aims to ensure the preservation and upkeep of the historic hotel and its surrounding facilities, which include six buildings and landscaped grounds, over a base year with options for three additional years. This initiative is critical for maintaining the integrity of a national historic landmark while enhancing visitor experience and safety. Interested small businesses, particularly those that are service-disabled veteran-owned, Women-Owned, or HUBZone small businesses, must submit their proposals by June 2, 2025, at 5:00 p.m. Pacific time, and can direct inquiries to Lisa Henson at Lisa_Henson@nps.gov or by phone at 928-612-0074.

    Point(s) of Contact
    Files
    Title
    Posted
    The RFQ 140P8525Q0016 requests proposals for the maintenance of the Wawona Hotel buildings and premises within Yosemite National Park. This project is newly established, with no incumbent contractor and involves cleaning, upkeep, and emergency response with an on-site presence required 24/7. The National Park Service (NPS) indicates that contractors must submit their proposals regarding staffing and bio-preferred products, as no historical data on maintenance costs or inspections is available. The property spans 10.7 acres, housing six buildings, with specific maintenance tasks, such as removing pine needles from roofs and keeping the premises clear of debris. Contractors do not require security credentials but must arrange their own site access checks. Additionally, the NPS plans to examine the site’s rehabilitation needs over the next two years. Notably, snow removal and certain maintenance of the swimming pool are not required. Proposals should outline maintenance approaches alongside projected costs, ensuring adherence to the quality assurance plan to manage the site sustainably and efficiently while prioritizing heritage preservation. This contract is structured for an initial year with three possible extensions.
    The document outlines the pricing schedule for RFQ #140P8525Q0016, which includes various maintenance services over a base year and four optional years. It requires bidders to submit pricing on multiple line items, including building maintenance, housekeeping, groundskeeping, and incident management, each specified for a quantity of 12 months. Respondents must provide unit prices and total amounts for each service across the contract duration, with emphasis on ensuring completeness of submissions to avoid non-responsiveness. Additionally, if any errors occur in summation, the accurate total will take precedence. The structure is divided into a base year and subsequent option years, culminating in totals for each period, facilitating transparency and clarity in pricing for government procurement. This RFQ reflects standard practices in government contracting, ensuring that bidders clearly outline their financial offers for essential facility management services.
    This Performance Work Statement (PWS) outlines the requirements for maintaining the Wawona Hotel buildings and premises at Yosemite National Park during an extended closure of two to five years. The aim is to preserve the historic facility, ensuring its protection against deterioration while a Comprehensive Rehabilitation Plan is developed. The contractor will provide preventative maintenance, custodial services, and security to safeguard the site, which includes six historic buildings and landscaped grounds. Responsibilities include structural and electrical system maintenance, housekeeping, and groundskeeping, with a focus on compliance with federal, state, and local regulations. The contract is structured as a firm-fixed-price agreement for an initial year with the possibility of three additional option years. Key contractor obligations encompass hiring qualified personnel, conducting regular inspections, and ensuring safety and risk management protocols are in place. Performance will be monitored through a Quality Assurance Program, with the government overseeing compliance and conducting inspections. This initiative emphasizes the importance of preserving the integrity of a national historic landmark while preparing for its future rehabilitation.
    The Performance Work Statement (PWS) outlines the requirements for maintaining the Wawona Hotel Buildings and premises at Yosemite National Park during a health and safety closure lasting between two and five years. The primary goal is to preserve the historic integrity of the hotel, which is a National Historic Landmark, through effective preventative maintenance. The contractor is responsible for securing the property, conducting regular inspections, managing heating, plumbing, and electrical systems, and ensuring the upkeep of the grounds and facilities. The contract is firm-fixed price with a one-year base term and three optional years. Key tasks include structural maintenance, custodial duties, groundskeeping, water feature management, and reporting potential failures. The contractor must maintain accurate records and comply with safety and environmental standards, utilizing bio-preferred supplies. The government will provide certain services and is responsible for utility costs; however, all tools, supplies, and personnel must be furnished by the contractor. The successful execution of this contract is critical for the preservation of both the physical assets and the historic designation of the Wawona Hotel, ensuring its future availability to the public.
    The document outlines the Wawona Hotel Maintenance Contract located in Yosemite National Park, California, as part of a service agreement under the U.S. Department of Interior's National Park Service. This professional service contract (No. 254093) is associated with multiple facilities at Wawona, including the hotel, stables, and golf course. Key elements include an established service area of approximately 15 acres and a perimeter of around 3,060 feet, with certain facilities like parking areas included in the operational zone while others, such as EV charging stations and tennis courts, are excluded. The document includes various drawings and designations to illustrate the park layout and areas of engagement in relation to historical landmarks, emphasizing compliance with federal requirements. The project aims to maintain facilities to enhance guest experience while preserving the natural and historical integrity of the park. This initiative reflects the federal government’s commitment to park service quality and sustainable management.
    The document appears to detail a site layout or map delineating various locations and facilities within a park setting, specifically around Wawona. Key features identified include the Wawona Hotel, a restaurant, visitor center, various shops, and recreational amenities like tennis courts and golf areas. Additional notations, such as restrooms, a picnic area, and emergency services (like fire hydrants), are also present, indicating a focus on visitor services and safety. The mapping suggests accessibility to important locations including RV dump stations, bus stops, and parking areas, enhancing visitor navigation. The overall structure denotes a comprehensive guide to the site's offerings, likely to facilitate better resource allocation through relevant government RFPs or grants aimed at tourism enhancement and park management. This summary identifies crucial points relevant for potential project developers or government agencies looking to improve services within this recreation area.
    The document details the "As-Found" architectural documentation and CAD drawing production for the Wawona District of Yosemite National Park, completed in 2005/06. It comprises a comprehensive guide for using AutoCAD drawings in design and restoration, showcasing the advantages of photogrammetry and laser scanning for generating accurate and detailed representations of historical structures. The documentation includes a meticulously organized table of contents with file names and corresponding pages, facilitating swift access to various drawings, such as floor plans and elevations of notable buildings like the Wawona Hotel and Glacier Point facilities. These CAD drawings are dimensionally accurate and ideal for further enhancements or detailed assessments, alongside photogrammetric images that capture essential textures and conditions. The document emphasizes the importance of preserving historical records and highlights the contact information for Documenta Surveys Inc. for further inquiries. This initiative aligns with governmental goals to document and maintain significant cultural and historical sites in national parks, reflecting a commitment to heritage conservation and planning.
    The Wawona Hotel Complex documentation details the architectural features and specifications of various historical buildings within the complex, including the Main Building, Clark Cottage, Little White Cottage, Moore Cottage, Washburn Cottage, and the Hotel Annex. Key information encompasses the year each building was constructed, their square footage, layout, and the distribution of facilities such as guest rooms, bathrooms, kitchens, and communal areas. The document also includes counts of plumbing fixtures and detailed descriptions of fire suppression systems and utility distribution. The data derived from Documenta Surveys highlights both interior and exterior attributes essential for compliance with safety regulations in potential renovation or restoration efforts. This comprehensive assessment provides vital insights for government RFPs and grants concerning historical preservation, focusing on maintaining the integrity and safety of the Wawona Hotel Complex while addressing the necessary infrastructure updates. Overall, the document serves as a critical resource for governmental agencies and stakeholders involved in historical conservation projects, ensuring informed decision-making aligned with preservation guidelines.
    The document outlines wage determinations under the Service Contract Act, specifically Wage Determination No. 2015-5661, and revision No. 26 as issued by the U.S. Department of Labor. It specifies minimum wage rates for contracted services in California’s Mariposa County, linked to Executive Orders 14026 and 13658. For contracts initiated after January 30, 2022, a minimum of $17.75 per hour is mandated, while those awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. A comprehensive list of occupations and their respective wage rates and fringe benefits, including paid sick leave and health welfare, is provided. Contractors must adhere to fringe benefits, such as health insurance at $5.36 per hour and vacation entitlements. The document emphasizes adherence to regulations regarding employee classifications, uniform allowances, and compliance processes for unlisted classifications of workers. It underlines the importance of contractor obligations for wages and benefits to ensure regulatory compliance and to promote fair labor practices in federal contracts.
    The RFQ 140P8525Q0016 relates to a solicitation from the National Park Service, seeking to establish a firm fixed-price contract for maintaining the historic Wawona Hotel buildings and premises located in Yosemite National Park, California. This solicitation is exclusively set aside for small businesses, under NAICS code 561210, with a revenue cap of $47 million. Offerors are required to demonstrate their technical capability, past performance, and price competitiveness. Detailed instructions for submitting quotes are provided, including necessary documentation such as a work plan, prior project examples, and qualifications of personnel. The evaluation process will assess these factors to ensure the contractor meets the government's requirements efficiently. An electronic payment system, adherence to labor standards, and insurance requirements must be met by the chosen contractor. The contract is subject to oversight by a designated contracting officer, with specifics on handling protests and maintaining a history of contractor performance. This solicitation embodies government efforts to maintain national heritage while promoting opportunities for small businesses.
    This document is an amendment to the solicitation number 140P8525Q0016 regarding the maintenance of Wawona Buildings and Premises at Yosemite National Park, California. The amendment serves two main purposes: it provides responses to questions submitted during the solicitation period and updates the Performance Work Statement (PWS). Specific revisions include updates to Section 2.5.7 on Water Features, Section 6 Service Summary Table regarding Task Item No. 25, and adjustments to the Appendix A, COR Occasional Inspection Record. This amendment must be acknowledged by contractors and returned with their offers by the deadline of June 2, 2025, at 5:00 p.m. Pacific time. The period of performance for the contract is set from July 1, 2025, to June 30, 2026. The document emphasizes the importance of timely acknowledgment of the amendment, as failure to do so may result in the rejection of offers. Overall, this amendment is a formal update within the context of a federal procurement process, reinforcing the procedural standards necessary for bid submissions and contract compliance.
    The document outlines a Request for Proposal (RFP) for maintenance services at the Wawona Hotel in Yosemite National Park, California. The solicitation number is 140P8525Q0016, and it pertains to maintaining the hotel's buildings and premises for a base year, with options for three additional one-year extensions, potentially lasting up to four years. The contract is set to begin on July 1, 2025, and end on June 30, 2026, with provisions for a six-month extension if exercised. It is intended for small businesses, specifically those that are service-disabled veteran-owned, Women-Owned small businesses, and HUBZone small businesses. The proposal also includes details about the method of solicitation, invoice submission, and applicable federal acquisition regulations. Key service codes related to maintenance responsibilities are provided, specifying requirements for administrative facilities and service buildings. The overall goal is to ensure the preservation and upkeep of the Wawona Hotel while adhering to federal guidelines. The document emphasizes the structured approach to contractor selection and fulfillment of service requirements in accordance with government standards.
    The National Park Service (NPS) has issued a Sources Sought Notice for potential contractors to maintain the historic Wawona Hotel complex in Yosemite National Park. This notification seeks market research information on small businesses, including those owned by Indian Small Business Economic Enterprises, women, veterans, and others, to determine capabilities and interest in providing maintenance services during the hotel's closure, which is expected to last two to five years. The contractor's responsibilities will include preventative maintenance to preserve the historic buildings and grounds, manage heating, plumbing, electrical systems, and security against wildlife and trespassers. A projected award for the contract is anticipated by May 1, 2025, with options to extend annually for up to three years. Proposals are not currently solicited; interested firms are asked to respond by March 25, 2025, with information regarding their qualifications, capabilities, and experiences linked to similar projects. Responses will guide the NPS in deciding on an appropriate acquisition strategy, either as a small business set-aside or a larger competition.
    Similar Opportunities
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    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--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@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.
    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.
    Amendment 2: A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a concession contract to provide lodging, campgrounds, food and beverage, retail, marina, and other services within Grand Teton National Park. This opportunity aims to enhance visitor experiences by offering a range of recreational services and amenities, with the next concession contract expected to commence on January 1, 2027. Interested parties must submit detailed financial projections and operational plans, adhering to federal regulations, with electronic proposals due by January 6, 2026, and a hardcopy transmittal letter due by January 13, 2026. For further inquiries, contact Erica Harris at imrconcessions@nps.gov.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.