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--Sources Sought Notice
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for a construction project at Sunset Crater Volcano National Monument in Arizona, as outlined in a Sources Sought Notice issued on November 4, 2025. The project aims to address contaminated debris, replace a maintenance storage facility, and resolve road drainage issues, with an estimated construction magnitude between $1 million and $5 million. This initiative is crucial for maintaining the integrity and safety of park facilities and infrastructure. Interested businesses must submit their qualifications by November 18, 2025, at 2:00 PM MT, to James Waller at jameswaller@nps.gov, with a competitive Request for Proposals (RFP) anticipated between December 2025 and January 2026.
    AK PRA DENA 10(36), Replace Ghiglione Bridge
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the construction project titled "AK PRA DENA 10(36), Replace Ghiglione Bridge" located in Denali National Park, Alaska. The project involves replacing a seismically deficient bridge over a length of 0.201 miles, with an estimated contract value between $10 million and $20 million, and is expected to be completed by September 30, 2027. This initiative is critical for ensuring safe transportation infrastructure in the region, addressing environmental considerations, and complying with federal standards. Interested contractors can obtain further details and submit their bids by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Z--PIPESTONE - REHAB VISITOR CENTER RESTROOMS
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a Request for Quotation (RFQ) for the remodel of restroom facilities at the Pipestone National Monument. This project aims to enhance visitor amenities by renovating the existing restrooms, which is crucial for maintaining the park's accessibility and visitor experience. The contract will be a firm-fixed price and is set aside 100% for small businesses under NAICS code 236220, with a project magnitude estimated between $100,000 and $250,000. Interested contractors should note that the formal solicitation is expected to be released around October 20, 2025, with responses due approximately 30 days later, and they must contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510 for further details.
    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. This project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and various site improvements over a distance of 2.95 miles. The reconstruction is critical for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors and wildlife. The estimated contract value ranges between $20 million and $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 call 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation process anticipated for Fall/Winter 2025.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    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, valued at over $10 million, aims to rehabilitate and upgrade wastewater treatment facilities, including the construction of new structures and the rehabilitation of existing systems to address deficiencies in current operations. The project is critical for maintaining environmental standards and ensuring the effective management of wastewater in a national park setting. Interested contractors must submit their proposals by December 19, 2025, and are encouraged to direct any questions to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    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.
    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 Fort Donelson Visitor Center in Dover, Tennessee. The project involves a comprehensive renovation, including a three-story glass and steel addition, interior interpretive areas, and significant upgrades to infrastructure and compliance with various safety codes. This initiative is crucial for enhancing visitor facilities and preserving historical integrity, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit proposals by December 9, 2025, and direct any questions to Contracting Officer John Babcock at johnbabcock@nps.gov by November 25, 2025.
    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) project, which involves pavement preservation work in Yosemite National Park and Devils Postpile National Monument, located in Mariposa and Madera Counties, California. The project encompasses road resurfacing over a distance of 18.53 miles, with tasks including micro-surfacing, crack sealing, and pavement patching, aimed at enhancing the safety and usability of the park's roadways. This initiative is critical for maintaining infrastructure within these national parks, ensuring accessibility for visitors and protecting the natural environment. The contract type is a Negotiated Firm-Fixed-Price Task Order, with an estimated price range between $5 million and $10 million, and the anticipated solicitation period is set for Summer/Fall 2025, with a tentative completion date in Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Mormon Row Improvements, Grand Teton National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the Mormon Row Improvements project at Grand Teton National Park in Wyoming. This project aims to enhance visitor access, safety, and understanding of the historic Mormon Row District by undertaking landscape repairs, resurfacing trails to meet accessibility standards, installing signage, and constructing a new parking area for approximately 50 vehicles. The estimated project cost ranges from $1,000,000 to $5,000,000, with work scheduled to occur between June 1 and November 15, 2026, and June 1 to July 31, 2027. Interested parties must submit their capability statements by December 1, 2025, to Molly Lynam at mollylynam@nps.gov, following a mandatory site visit on November 19, 2025.