Combined Synopsis/Solicitation NPS Benches
ID: 140D0425Q0753Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Nonupholstered Wood Household Furniture Manufacturing (337122)

PSC

MISCELLANEOUS FURNITURE AND FIXTURES (7195)

Set Aside

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

    The Department of the Interior is seeking qualified contractors to furnish and install ten 4-foot teak benches at the Declaration House Courtyard within Independence National Historical Park in Philadelphia, PA. This procurement is a total small business set-aside, aimed at replacing deteriorated seating to enhance visitor experience and support landscape rehabilitation in anticipation of the 250th anniversary of American independence. The project requires compliance with historical preservation standards and safety regulations, with a performance period of 14 to 21 calendar days, excluding material lead times. Quotes are due by August 29, 2025, at 2:00 PM EDT, and interested parties can contact Angelina Clements at angelina_clements@ibc.doi.gov or by phone at 571-479-0325 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a site survey and engineering specifications for the "Rehabilitate Declaration House" project at Independence National Historical Park. It includes topographic data, spot elevations, and utility locations, noting horizontal and vertical datums. The file also provides general notes on survey methodology, potential encumbrances, and limitations regarding underground features. Key information includes a flood zone determination (Zone X), a list of consulting firms (GWWO Inc., VHB, LAND COLLECTIVE, KEAST & HOOD, BB&A + IMEG), and a legend for various site features and tree types. The project emphasizes adherence to surveying standards and outlines the scope of work for architectural and engineering teams involved in the rehabilitation.
    This document is a combined synopsis/solicitation (RFP 140D0425Q0753) for the procurement and installation of ten 4-foot teak benches at the Declaration House Courtyard within Independence National Historical Park, Philadelphia, PA. The project, a 100% small business set-aside with NAICS code 337122 and a size standard of 750 employees, aims to replace deteriorated seating to support visitor use and landscape rehabilitation for the 250th anniversary of American independence. Key requirements include furnishing and delivering benches (CLIN 00010) and providing installation and site work (CLIN 00020). Quotes are due by August 29, 2025, at 2:00 PM EDT. The contractor is responsible for all equipment, personnel, site preparation, installation, and compliance with historical preservation standards, safety regulations (OSHA), and local codes. Deliverables include various plans (e.g., Accident Prevention, Site Protection, Quality Control), product data, warranties, and as-installed documentation. The period of performance is 14 to 21 calendar days, excluding material lead times.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    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.
    PTAG Sources Sought: USPTO is Seeking a comprehensive nationwide furniture contractor/ distributor with interior design services.
    Buyer not available
    The U.S. Patent and Trademark Office (USPTO) is seeking qualified nationwide furniture contractors and distributors to provide comprehensive furniture procurement, installation, and interior design services. The primary objective is to procure high-quality commercial office furniture that meets the operational and ergonomic needs of the USPTO, while also offering additional services such as space planning and relocation support. This initiative is crucial for maintaining efficient operations at the USPTO Campus in Alexandria, VA, as well as its regional offices in Dallas, San Jose, and Detroit. Interested contractors must submit their responses by October 16, 2025, at 1:00 PM ET, including a capability statement and confirmation of their ability to supply furniture from specified manufacturers. For further inquiries, contact Christopher Ward or Roy Pitman via email.
    R--National Capital Region Events Management MATOC
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to manage and plan events within the National Capital Area, including high-profile occasions such as the Cherry Blossom Festival and Independence Day Celebration. The contractor will be responsible for organizing both recurring events, like the National Symphony Orchestra concerts and the National Christmas Tree Lighting, as well as nonrecurring events that may arise throughout the year. This procurement is crucial for maintaining the cultural and community engagement that these events foster in the region. Interested small businesses are encouraged to reach out to Dianna Durbin at diannadurbin@nps.gov or call 202-619-739 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Z--Replace Roof Visitor Center & Administration Bldg
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a presolicitation for the replacement of the roof at the Visitor Center and Administration Building of Fort Larned National Historic Site in Larned, Kansas. The project involves the removal of approximately 10,538 square feet of cedar shingles, inspection and replacement of skip sheeting, installation of fire retardant shingles, and necessary adjustments to the lightning protection system, among other tasks. This contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with a firm fixed price expected to be awarded in late winter 2025 or spring 2026. Interested contractors should contact James Bissaillon at jamesbissaillon@nps.gov or (402) 800-8292 for further details, and must ensure registration in the System for Award Management (SAM) prior to the solicitation close date.
    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.
    N--MI DETROIT RIVER INTERNATIONAL WILDLIFE REFUGE - B
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the provision of bunkhouse furniture for the Michigan Detroit River International Wildlife Refuge. The procurement includes a variety of furniture items such as Twin XL storage beds, small dressers, and dining tables, which are essential for accommodating visitors and staff at the refuge. This contract is significant for enhancing the comfort and functionality of the refuge's facilities, thereby supporting its mission of wildlife conservation and public engagement. Interested vendors must submit their proposals by December 12, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Dana Arnold at danaarnold@fws.gov.
    Bldg. 4 to Bldg. 77L Exterior Telecommunications Cable Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm Fixed Price (FFP) Construction Contract to repair exterior telecommunications cables between Building 4 and Building 77L at the Philadelphia Navy Yard. This procurement is specifically aimed at small businesses, as it is a 100% Small Business Set-aside, and the work is critical for maintaining communication infrastructure at the facility. A site visit is scheduled for December 2, 2025, at 10:00 AM EST, and interested parties must submit their requests to attend by December 1, 2025, to the designated contacts, Rishi Mathur and David Rhoads, via email. For further inquiries, Rishi Mathur can be reached at rishi.m.mathur.civ@us.navy.mil or by phone at 215-600-9078.
    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.