R--SITK - FY25 TOTEM POLE INSTALLATION
ID: 140P9725R0003Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The National Park Service (NPS) is seeking qualified contractors for the installation of two totem poles at Sitka National Historical Park in Alaska, under solicitation number 140P9725R0003. The project involves the safe removal of an existing totem pole, excavation, and installation of the new Waasgo Legend pole and the replacement Yaadaass Crest First Twin pole, with a focus on preserving the park's cultural resources and minimizing environmental impact. This firm-fixed-price contract is estimated to cost between $25,000 and $100,000, with a performance period from June 6, 2025, to December 2, 2025. Interested contractors must comply with federal regulations, including wage determinations, and are encouraged to contact Tyler Groves at tyler_groves@nps.gov or 907-202-0274 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Sitka National Historical Park seeks a contractor to install two new totem poles: the Waasgo Legend pole in a new location and the Yaadaass Crest First Twin pole as a replacement for an existing structure. Key tasks include the safe removal of the old totem, excavation, installation of new poles, and restoring affected areas. The contractor must assess the suitability of the installation methods to ensure long-term stability given environmental considerations like wind and seismic activity. Important requirements include minimizing impacts to the historic landscape, maintaining safety protocols, and submitting specific plans regarding hazards and operations. Work is to be performed during weekdays with a maximum duration of 180 days following the notice to proceed. The project underscores the Park's commitment to preserving its cultural resources while enhancing visitor experience.
    The document outlines the wage determination and classifications for building and heavy construction projects in Alaska, as mandated by the Davis-Bacon Act. It specifies that contracts established on or after January 30, 2022, must pay a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, remain subject to an older rate of $13.30 per hour. Detailed wage rates and fringe benefits are provided for various classifications of labor including asbestos workers, boilermakers, electricians, and laborers, across different regions of Alaska. The document also indicates compliance with several executive orders pertaining to worker protections and paid sick leave, emphasizing contractors’ obligations to adhere to these standards. It highlights the classification of workers, union and non-union wage identifiers, and provides a comprehensive overview of the appeal process for wage determinations. This wage determination serves as a critical resource for federal and state contractors, ensuring fair compensation in federally funded construction projects, consistent with labor laws and standards.
    The document is an amendment to solicitation number 140P9725R0003, issued by the National Park Service’s Alaska Regional Office. It modifies existing contract terms and incorporates new elements essential for the request for proposals (RFP). Key updates include the addition of the Statement of Work (SOW) and current wage determinations. In light of these changes, potential contractors must acknowledge receipt of this amendment to ensure their offer is considered valid. The period of performance for resulting contracts is specified from June 6, 2025, to December 2, 2025. The amendment retains all original terms and conditions except where expressly changed. The primary goal of this amendment is to clarify project requirements, thereby ensuring compliance among bidders and promoting transparency in the procurement process. The point of contact for inquiries is Francisco Velasco, whose email is provided as part of the documentation.
    The National Park Service (NPS) is issuing a Request for Quotation (RFQ) identified as 140P9725R0003, aiming to safely install two totem poles at Sitka National Historical Park in Sitka, Alaska. This contract follows guidelines established in Federal Acquisition Regulations (FAR) and is classified as a firm-fixed-price construction solicitation, with an estimated project cost between $25,000 and $100,000. The expected period for project completion is from June 6, 2025, to December 2, 2025. Offerors must provide comprehensive quotations that include pricing, technical capabilities, and relevant past experiences, particularly in handling cultural resources. Key evaluation factors will include price competitiveness, technical proficiency, and previous project experience. Additionally, the RFQ specifies requirements for submitter’s qualifications in relation to cultural sensitivities, safety assessments, and construction techniques appropriate for totem installations. The solicitation emphasizes the importance of compliance with specific federal regulations including considerations for small business eligibility, bonding requirements, and labor standards. Offers must comply with all set parameters to ensure fair evaluation and are subject to availability of federal funding. The NPS anticipates this installation to enhance cultural heritage preservation while engaging small business contractors within the community.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    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.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Buyer not available
    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.
    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.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Buyer not available
    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking qualified contractors to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading and modifying the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety of the electrical infrastructure. This procurement is a total small business set-aside, with a performance period anticipated from September 24, 2025, to May 1, 2026, and offers are due by December 9, 2025, at 1700 ET. Interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    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--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    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.