78--PURCHASE PICNIC TABLES
ID: 140P5325Q0025Type: Combined Synopsis/Solicitation
AwardedJun 5, 2025
$27.9K$27,891
AwardeeRJ THOMAS MANUFACTURING COMPANY, INC. 5648 HIGHWAY 59 Cherokee IA 51012 USA
Award #:140P5325P0018
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Institutional Furniture Manufacturing (337127)

PSC

RECREATIONAL AND GYMNASTIC EQUIPMENT (7830)

Set Aside

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

    The National Park Service, under the Department of the Interior, is seeking vendors to provide seventeen (17) ADA-compliant picnic tables for the Abraham Lincoln Birthplace National Historical Park in Hodgenville, Kentucky. The tables must be constructed from 100% recycled plastic, feature stainless steel hardware, and meet specific accessibility dimensions, ensuring they are suitable for all visitors. This procurement reflects the government's commitment to enhancing accessibility and sustainability within national parks, promoting inclusive outdoor spaces. Interested parties should direct inquiries to Marilia Mateo at marilia_mateo@nps.gov, with proposals due by October 1, 2025, and must acknowledge receipt of the solicitation amendment by the specified deadline.

    Point(s) of Contact
    Mateo, Marilia
    marilia_mateo@nps.gov
    Files
    Title
    Posted
    The Abraham Lincoln Birthplace National Historical Park in Hodgenville, Kentucky, has issued a bid request for the purchase of picnic tables, specifically 17 ADA-compliant picnic tables and associated shipping and handling. Bidders must submit a lump-sum price for all items; failure to do so may result in a non-responsive bid. The document outlines pricing requirements, including unit prices and total line item prices. Payment will be based on actual quantities completed, while bids will be evaluated based on the total base bid and any applicable additives, which will be awarded based on available funds. This RFP represents government efforts to enhance public infrastructure within national parks, ensuring accessibility and utility for visitors.
    The government file outlines a Request for Proposals (RFP) for the acquisition of 17 ADA-compliant picnic tables for the United States Department of the Interior, specifically for the Abraham Lincoln Birthplace National Historical Park. The specifications detail that the tables must be constructed from 100% recycled plastic, feature stainless steel hardware, and have precise dimensions for height, width, and length to ensure accessibility. The tables are to have a black frame, with cedar-colored tabletops and seating. Shipping and handling costs are to be included in the proposal. This document is part of a broader initiative to enhance accessibility and environmental sustainability within national parks in the South Atlantic-Gulf region, including several states and territories. It reflects the government's commitment to provide inclusive outdoor spaces and support eco-friendly products in public facilities.
    The document outlines specifications and questions regarding the procurement of ALBI picnic tables as part of a federal request for proposal (RFP). Key points include requirements for the picnic tables, such as needing to be made of 100% recycled plastic, UV-rated material, and specific dimensions (with tables having a minimal length of 97 inches). It confirms that the assembly will be handled by park personnel rather than the contractor. Preference is stated for tables from the Pilot Rock brand, ensuring they meet defined standards. The tables will be shipped directly to a designated address, and on-site assembly is reiterated. This document highlights essential technical specifications and logistical details for suppliers responding to the RFP, emphasizing sustainability and compliance with specified requirements.
    The document pertains to an amendment of a solicitation for the purchase of ADA-compliant picnic tables for the Abraham Lincoln Birthplace National Historical Park. The amendment is issued to address questions and answers related to the solicitation. It specifies that offers must acknowledge receipt of this amendment by the designated time, utilizing one of several methods including written communication. The timeline for the project spans from June 1, 2025, to October 1, 2025. Additionally, the document outlines that, while the changes apply to the contract, all other terms and conditions remain in effect. Overall, this amendment serves to inform potential bidders about modifications made to the solicitation and ensures compliance with the federal procurement process.
    The document is a Request for Quotations (RFQ) issued by the National Park Service for the procurement of 17 ADA-compliant picnic tables at the Abraham Lincoln Birthplace in Hodgenville, Kentucky. It outlines the specifics of the procurement, including delivery timelines, pricing structure, and the importance of adhering to applicable federal, state, and local regulations. The delivery deadline for the tables is set for October 1, 2025, and the RFQ indicates a non-obligation for the government to cover any submission costs incurred by potential suppliers. It details requirements for submitting bids, including compliance with regulations regarding telecommunications and surveillance equipment, labor standards, and representations concerning business size and ownership. The document reinforces the necessity for contractors to provide thorough disclosures related to their compliance with legal standards and safety regulations, reflecting the government's emphasis on integrity and accountability in procurement practices. Overall, the RFQ encapsulates the government's commitment to inclusivity with ADA-compliant solutions while ensuring a competitive and transparent bidding process for contractors.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Rings and Table Bases
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the procurement of 52 fire rings and 50 picnic table bases for various recreation sites within the Bitterroot National Forest in Montana. The fire rings must meet specific design and material requirements, including adherence to the Forest Service Outdoor Recreation Accessibility Guidelines, and feature a high-temperature, heat-resistant black enamel finish, while the picnic table bases must be constructed from durable powder-coated steel. This procurement is crucial for enhancing outdoor recreational facilities, ensuring safety and accessibility for visitors. Interested small businesses must submit their quotes by January 5, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov.
    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.
    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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    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 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.
    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.
    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.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    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.
    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.