HAMP 326087 -
ID: 140P2025R0037Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Dec 17, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 17, 2024, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 7:00 PM UTC
Description

The Department of the Interior, specifically the National Park Service, is soliciting proposals for the preservation of historic structures at the Hampton National Historic Site under project number HAMP 326087. The project aims to ensure the maintenance and restoration of significant historical properties, with an estimated contract value ranging between $5,000,000 and $10,000,000. This initiative is crucial for preserving cultural heritage and enhancing visitor experiences at the site. Interested contractors should note that proposals must be submitted in sealed formats, adhering to specific guidelines outlined in the solicitation document, and can contact Linda Melnick at linda_melnick@nps.gov for further information.

Point(s) of Contact
Files
Title
Posted
Dec 17, 2024, 6:04 PM UTC
The solicitation document outlines a Request for Proposal (RFP) for the preservation of historic structures at the Hampton National Historic Site, designated as project number HAMP 326087. The estimated cost for the project ranges between $5,000,000 and $10,000,000, with the expectation that funding will be secured for contract award. A pre-proposal site visit may be conducted, with details provided in an amendment to this solicitation. Proposals must adhere to specific submission guidelines detailed in sections B to J of the document. The contractor is required to commence performance within a stipulated time frame after contract award, which will be communicated upon funding availability. Offerors must ensure that their proposals are submitted in sealed formats, marked correctly, and communicated through designated channels, as FedConnect is not to be used for correspondence. The document stresses the importance of compliance with all terms and conditions outlined in the solicitation, including the potential necessity for performance and payment bonds. This document serves as a framework for evaluating bids and ensuring that federal regulations are met in the preservation efforts of historic structures at the specified site.
Lifecycle
Title
Type
HAMP 326087 -
Currently viewing
Solicitation
Similar Opportunities
Z--HAMP 326087: Preserve Historic Structures Hampto
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the preservation and rehabilitation of historic structures at the Hampton National Historic Site in Towson, Maryland, under solicitation number 140P2025R0043. This design-bid-build construction project is specifically set aside for Competitive 8(a) Small Business concerns, with an estimated construction cost exceeding $10 million, focusing on restoring up to 14 historic buildings, addressing structural deficiencies, and upgrading mechanical and electrical systems while ensuring compliance with preservation standards. Interested contractors must acknowledge receipt of amendments to the solicitation, adhere to strict timelines, and submit proposals by the specified deadline, with the project period of performance scheduled from September 1, 2025, to March 1, 2027. For further inquiries, potential bidders can contact Marc Nguyen at marcnguyen@nps.gov or by phone at 720-448-1166.
Z--REPLACE SHINGLES ON 2 HISTORIC HOUSES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking proposals for the replacement of wood shingles on two historic buildings located at the Herbert Hoover National Historic Site in West Branch, Iowa. The project requires contractors to provide all necessary labor, materials, tools, and equipment to complete the roofing work, with a contract value estimated between $100,000 and $250,000. This opportunity is significant as it involves the preservation of historic structures, and the contract is set aside 100% for Total Small Businesses, with evaluations based on technical merit, past performance, and price. Interested contractors should note that the solicitation will be publicly available in late April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for award; for further inquiries, contact Joseph Bac at josephbac@nps.gov or 402-800-8733.
Z--COLO REHAB DUDLEY DIGGES HOUSE
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract to repair and rehabilitate the historic Dudley Digges House located in Colonial National Historic Park, Yorktown, Virginia. The project entails extensive work on the house's exterior, including siding replacement, structural repairs, installation of sump pits, and foundation drainage improvements, all while adhering to the Davis-Bacon Act. This opportunity is significant for contractors specializing in commercial and institutional building construction, with an estimated contract value between $250,000 and $500,000 and a performance period of approximately 396 days from the award date. Interested contractors must register in the System for Award Management (SAM) and submit their capability information by April 17, 2016, to Wendy DeLeon at wendydeleon@nps.gov.
Z--INDE-CONGRESS HALL MASONRY
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract to rehabilitate the masonry of Congress Hall located in Independence National Historic Park, Philadelphia, PA. The project involves a comprehensive scope of work, including chimney assessments, reinforcement, internal flue repairs, and repointing of all six chimneys, along with optional repairs to interior plaster, stone steps, and additional masonry work. This procurement is significant for preserving the historical integrity of the site, with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of 300 days from the award notice. Interested contractors must register in the System for Award Management (SAM) and submit their capability information by April 16, 2016, to Wendy DeLeon at wendydeleon@nps.gov.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation No. 140P2025R0015. The project involves significant construction activities, including the installation of a new dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 21, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Replace Roof and Gutter - CNHP
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the roof and gutter system at 109 Jefferson St., Colonial National Historic Park, Virginia. The project involves removing approximately 2,000 square feet of asphalt shingles, repairing damaged plywood, and installing new gutters and gutter guards, all while adhering to OSHA safety guidelines and ensuring minimal disruption to the facility's occupancy. This procurement is crucial for maintaining the historical integrity of the property and ensuring its longevity, with a performance period scheduled from June 2, 2025, to September 30, 2025. Interested contractors should contact Melvin Gartrell at melvingartrell@nps.gov for further details and to submit their proposals in compliance with the outlined requirements.
Z--HAFE-SEALCOAT & PAINT PARKING AREAS
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the sealing and striping of parking areas at Harpers Ferry National Historic Park, specifically targeting the Visitor Center and a nearby Catholic Church. The project aims to restore the parking lot conditions, which have not been serviced since 2016, by addressing cracks, applying sealant, and ensuring proper markings for safety and accessibility. This initiative reflects the government's commitment to maintaining public facilities and enhancing community infrastructure. Interested contractors must submit their proposals by April 14, 2025, with a site visit scheduled for March 24, 2025; the contract value is estimated between $100,000 and $250,000, and inquiries can be directed to Brian Thornton at brianthornton@nps.gov or by phone at 240-220-8104.
Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a pre-solicitation notice for a Request for Proposal (RFP) focused on repairing the earthen roof structure of Fort Tompkins at the Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to enhance the roof's water-repelling capabilities to address ongoing water infiltration issues that have caused damage to the masonry. This project is significant for preserving the structural integrity of the historic site, and it will be executed as a firm fixed-price contract under NAICS code 238190, with a small business size standard of $19 million and an estimated project cost between $1 million and $5 million. Interested contractors must register in the SAM system to participate, and the RFP is expected to be released by April 14, 2025, with a project duration of 365 days from the Notice to Proceed. For inquiries, contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work and making significant renovations, including repairing utility systems, replacing the roof, and constructing a new two-story addition to enhance accessibility and visitor engagement. The Visitor Center, classified as a historic resource, will be closed during renovations, although the park will remain open to the public. Interested businesses, both large and small, must submit their qualifications, bonding capacity, and relevant experience by April 22, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research for this competitive acquisition process.
Z--SHEN - REPAIR BMCG PAVEMENT
Buyer not available
The National Park Service, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract to repair and replace pavement on the Big Meadows Loop Road within Shenandoah National Park. The project entails applying a 2-inch asphalt overlay, performing full-depth patching, crack sealing, and adjusting utilities, among other tasks, to ensure the road and associated campsite parking areas are restored to proper condition. This procurement is significant for maintaining access and safety within the park, with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of 75 days from the notice of award. Interested contractors must register in the System for Award Management (SAM) and submit their capability information by April 16, 2016, to Wendy DeLeon at wendydeleon@nps.gov.