FODO 253278 - Fort Donelson VC Rehabilitation
ID: 140P2025R0054Type: 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 MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    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 john_babcock@nps.gov or by phone at 303-969-2626.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) has issued a Sources Sought Notice regarding the rehabilitation of the Fort Donelson Visitor Center in Dover, TN. This notice aims to gather information on both large and small businesses interested in this project, which is expected to have a construction cost between $1-5 million. The project involves completing existing work and repairing previously installed elements, along with constructing a new two-story addition that includes an elevator and an interpretive center. The anticipated performance period is 365 days, and while the Visitor Center will be closed during construction, the park will remain accessible to visitors. Interested businesses must submit information regarding their qualifications, bonding capacity, and prior experience by 5 PM EST on March 3, 2025. This notice serves as preliminary market research to inform the NPS's acquisition strategy, with a full proposal expected to be released in the spring of FY 2025. Responses are voluntary, and no costs for submission will be reimbursed, emphasizing the government's commitment to ensuring competitive opportunities within federally funded projects.
    The National Park Service (NPS) has issued a Sources Sought Notice aimed at gathering market research for the rehabilitation of the Fort Donelson Visitor Center in Dover, TN. This notice seeks responses from both large and small businesses to assess their qualifications as part of an acquisition strategy, with no proposals being requested at this time. The anticipated project, valued between $1-5 million, involves completing a partially finished contract which includes critical repairs and enhancements to the Visitor Center. Key tasks include replacing architectural and structural elements, utility systems, and constructing a two-story addition for accessibility and exhibition improvements. The building, classified as a historic resource, will remain closed to visitors during renovations, but the park itself will remain open. Interested businesses must provide company information, bonding capacity, and demonstrate relevant project experience, with responses due by April 4, 2025. This initiative reflects the NPS’s commitment to maintaining historic sites while enhancing visitor access and engagement through modern facilities.
    The National Park Service (NPS) is issuing a Sources Sought Notice (SSN) for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This notice serves to gather information on business qualifications and market capabilities, as the NPS prepares for a full and open competitive acquisition process set to issue a Request for Proposals (RFP) in the spring of FY 2025. The project, budgeted between $1-5 million, involves significant renovations to a historic site, including repairing utility systems, replacing the roof, and adding a two-story glass and steel addition for accessibility. Construction is expected to take approximately one year, with precautions to ensure safety due to the site's historic nature. Interested businesses, both large and small, are invited to submit their qualifications, bonding capacity, and relevant experience by April 22, 2025. The NPS emphasizes that responses are voluntary and no reimbursement will be provided for costs associated with submissions.
    The National Park Service (NPS) issued a Sources Sought Notice to gather information about potential contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This market research aims to identify interested businesses and their qualifications prior to a full and open competitive acquisition expected to commence in spring FY 2025. The project, estimated to cost between $1-5 million, encompasses completing existing contracts, performing repairs, and adding a two-story glass and steel addition for accessibility and educational purposes. The NPS is particularly interested in responses from both large and small businesses, including those certified within specific categories such as Veteran-Owned or Woman-Owned Small Businesses. Contractors should provide company details, bonding capacity statements, and evidence of experience in similar projects. The Visitor Center will be closed during construction while the park remains open, necessitating extra safety measures due to the historic nature of the building. The anticipated duration for the project is 365 calendar days, which includes potential weather-related delays. Responses to this notice must be submitted by May 13, 2025.
    The National Park Service (NPS), Denver Service Center (DSC), Contracting Services (CS) Division is issuing a Pre-Solicitation Notice (PSN) for Request for Proposal (RFP) 140P2025R0054. This RFP is for construction services to fully renovate the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project includes a three-story glass and steel addition with an elevator, interior interpretive and viewing areas, rehabilitation of the entire interior, restoration of key interior and exterior details, and new infrastructure for systems and utilities. The scope emphasizes compliance with Architectural Barriers Act (ABA), National Fire Protection Association (NFPA), and International Building Code (IBC) with a considerable life safety focus. The NAICS Code is 236220 (Commercial and Institutional Building Construction), with a size standard of $45 Million. The magnitude of construction is between $1,000,000 and $5,000,000. The anticipated period of performance is 365 calendar days under a Firm-Fixed-Price (FFP) contract, requiring Bid, Performance, and Payment Bonds. The formal solicitation is expected to be issued on or after September 26, 2025, via SAM.gov, where offerors must be actively registered. A Pre-Proposal Conference and Site Visit are anticipated after the RFP issuance. Award will be based on the best value using a trade-off process, where technical/non-price factors are significantly more important than price.
    The Fort Donelson National Battlefield Visitor Center in Dover, Tennessee, is undergoing a full renovation to reopen to the public. The project, detailed in the 'Rehabilitate Visitor Center' specifications, involves comprehensive upgrades to the 1962 building, including an elevator addition. Key aspects include site preparation, management of existing foundations, and adherence to historical preservation guidelines. A geotechnical engineering report by Froehling & Robertson, Inc. provides crucial soil and concrete evaluations, recommending shallow foundation systems and addressing lateral earth pressures. The renovation also covers extensive work across various divisions, from demolition and structural components to finishes, HVAC, electrical, and plumbing systems. Strict construction recommendations are in place for site use, work hours, utility management, and environmental controls, emphasizing safety and quality assurance.
    The provided file details the 'Rehabilitate Visitor Center' project at Fort Donelson National Battlefield in Dover, Tennessee, a comprehensive undertaking involving architectural, civil, structural, mechanical, electrical, plumbing, and fire protection upgrades. The project aims to modernize the visitor center by adhering to various codes, including the 2018 International Building Code and NFPA standards. It includes detailed plans for demolition, new construction, and site work, with a strong emphasis on accessibility and environmental protection. Specific elements include fire alarm and electrical system overhauls, HVAC and plumbing improvements, and structural modifications. The project also outlines stringent contractor requirements regarding site access, utility management, and ecological preservation, ensuring that all work respects the historical and natural integrity of the battlefield while enhancing visitor facilities.
    This document, General Decision Number TN20250170, outlines prevailing wage rates for building construction projects in McNairy and Stewart Counties, Tennessee, effective January 3, 2025. It excludes single-family homes and apartments up to four stories. The document details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022, not renewed). It also addresses Executive Order 13706, mandating paid sick leave for federal contractors. Specific wage rates and fringe benefits are listed for various crafts, including electricians, power equipment operators, sheet metal workers, carpenters, cement masons, glaziers, ironworkers, laborers, painters, and plumbers. The document provides guidance on wage determination appeals, including contacts for initial decisions and review requests to the Wage and Hour Administrator and Administrative Review Board.
    The Project Experience Questionnaire (Solicitation: 140P2025R0054) is a government document designed to evaluate an offeror's past project experience relevant to a proposed project. It requires detailed information on referenced projects, including titles, locations, descriptions, and owner contacts. Offerors must list all contractors involved (prime and subcontractors), their roles, trade, price (original and final), and performance periods. The questionnaire includes seven critical questions covering project work performed, addressing specific project experience elements, reasons for price and schedule changes, encountered problems and their resolutions, successful means and methods, and any additional relevant information. This document is crucial for assessing a contractor's capability and past performance in the context of federal RFPs.
    The Past Performance Questionnaire is a government form used to evaluate contractor performance for federal, state, and local RFPs and grants. It requires offerors to complete their company and contract details, then send it to a reference for evaluation. The reference assesses the contractor across six key areas: Quality, Schedule & Time Management, Cost Control, Management, Small Business Subcontracting & Labor Standards, and Regulatory Compliance. Each area includes specific criteria to be rated, with definitions provided for 'Exceptional' to 'Unsatisfactory' performance. References must also provide overall comments and a recommendation for similar contracts. The completed questionnaire is then returned to the designated Contracting Officer by a specified deadline.
    The Standard Form 24 (REV. 8/2016) is a Bid Bond document used when a bid guaranty is required for federal government contracts, including construction, supplies, or services. It establishes a legal obligation between a Principal (bidder) and Surety(ies) to the United States Government. The bond ensures that if the Principal's bid is accepted, they will execute the necessary contractual documents and provide required bonds. Failure to do so obligates the Principal to pay the Government for any costs exceeding the original bid in procuring the work. The form details conditions, such as a 60-day acceptance period and a 10-day period for executing documents, if not otherwise specified. It also outlines instructions for proper completion, including the insertion of legal names and addresses, appropriate signatures, corporate seals, and details for individual and corporate sureties, including liability limits and requirements for co-surety arrangements. The document also specifies that the penal sum can be expressed as a percentage of the bid price, with an optional maximum dollar limitation. The form is subject to OMB Control Number 9000-0045 and includes a Paperwork Reduction Act Statement.
    The "SMALL BUSINESS SUBCONTRACTING PLAN" outlines the requirements for large businesses seeking federal contracts exceeding $750,000 ($1,500,000 for construction) to establish subcontracting goals with various small business concerns, including Small Business (SB), Small Disadvantaged Business (SDB), HUBZone, Indian Small Business Economic Enterprises (ISBEE), Service-Disabled Veteran Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The National Park Service (NPS) sets specific FY25 goals for these categories. The plan mandates detailing methods for goal determination, identifying potential subcontractors, addressing indirect costs, and designating a Subcontracting Program Administrator. It also covers ensuring equitable opportunities for small businesses, including FAR clauses in subcontracts, reporting via eSRS, recordkeeping, and good faith efforts in acquiring supplies and services. The document includes sections for approval signatures from the Prime Contractor, Contracting Officer, Small Business Specialists, and SBA Procurement Center Representative, along with a list of Commercial Market Representatives for plan submission.
    Solicitation 140P2025R0054– FODO 253278 requires offerors to provide general references for government evaluation. This form collects details on sureties, corporate banks (including account types), insurance companies (with policy types), subcontractors (including areas of specialized work), and material suppliers (with material types). Offerors must disclose any less-than-satisfactory relationships with references and describe corrective actions; failure to do so may lead to an unfavorable past performance assessment due to a perceived lack of candor. The document emphasizes the importance of providing complete and accurate information, including area codes for all telephone numbers, to assist the government in assessing the offeror's suitability.
    The 'Rehabilitate Visitor Center – Fort Donelson National Battlefield' project (PMIS No. 253278) required a comprehensive site condition survey following the previous contractor's default. GWWO Architects and their consultants identified significant issues, categorizing them as Remaining Work, Unacceptable Work, and Additional Work. Key problems include substandard roofing with over 75 patches and ponding water, poor quality exterior enclosure installations, and extensive damage to historic elements. Interior construction showed varying degrees of completion, with many unfinished items and unacceptable installations, particularly in plumbing, HVAC, and electrical systems due to poor coordination and non-compliance with design documents. Site improvements were also incomplete and damaged. The report recommends extensive remediation, replacement of equipment due to warranty concerns, and hazardous materials testing for mold. Overall, the project requires substantial effort to achieve beneficial occupancy and completion.
    This government file, Amendment 0002 to RFI #001, addresses numerous questions regarding a federal government project, likely a construction or renovation endeavor. The document clarifies key personnel roles, confirming that the Quality Control Specialist and Safety Specialist can be the same person, but the Superintendent cannot be the Quality Control Specialist. It explicitly states the project is an unrestricted full and open solicitation, not a small business set-aside. The National Park Service (NPS) will not provide previous contractor's submittals, RFIs, addenda, or subcontractor lists, nor will they share the previous Schedule of Values. However, they will provide copies of Construction Manager Representative (CMR) observation reports and all issued ASIs (ASI-001 to ASI-005), along with a revised Sheet A6.7. The document details requirements for temporary facilities, handling unforeseen conditions, material reuse (steel tubes only), and replacement of discontinued flooring materials. It also outlines responsibilities for hazardous materials inspection, roof replacement, plumbing system testing, and replacement of various mechanical and electrical components, including all R-410a refrigerant systems with new A2L refrigerant equipment. Contractors are generally responsible for furnishing and installing new materials and equipment unless explicitly stated otherwise, and must account for potential costs related to repairs or replacements due to existing conditions or failed tests.
    Amendment 0002 to RFI #002 addresses various contractor questions regarding a government renovation project, focusing on HVAC, electrical, structural, and waterproofing aspects. Key directives include replacing all R-410a refrigerant systems and associated components, assessing and potentially replacing out-of-warranty Cummins electrical units and panelboards, and reconstructing the chimney due to prior damage. The project also entails removing and replacing the entire curtain wall, excavating and replacing foundation waterproofing, and installing new LED lighting in room 107. The document clarifies that NPS will provide submittals and previous RFI questions/answers, and an additional site visit is scheduled. Specific instructions are provided for material replacements, adherence to specifications, and clarification requests for unclear contractor questions, ensuring the project aligns with construction documents and compliance standards.
    Amendment 0003, RFI #003, addresses numerous questions regarding project execution, contractor responsibilities, and site conditions for a federal government project. Key clarifications include the allowance for a Superintendent to also act as a Safety Specialist, but not as a Quality Control Specialist, and the requirement for contractors to issue specific QA/QC and Safety Plans. The project is not tax-exempt, and shop drawings are required. NPS will provide temporary power and past project documentation (RFIs, submittals, transmittals, schedules, shop drawings, redlined drawings) will generally not be provided, with specific exceptions for DSC managed projects. The contractor is responsible for warranting the entire fire protection system, and all R-410a refrigerant systems are to be replaced. Concrete pads for HVAC units need to be demolished and reinstalled per design. The contractor is to coordinate elevator installation and warranty with Thyssenkrup. Existing roofing and insulation systems are to be fully removed and replaced. Existing pipes being replaced must be removed, not capped. Contractors must assess existing Cummins generator units and replace any out-of-warranty equipment. The document clarifies responsibilities for new lighting fixtures, addresses discrepancies in electrical panel installations, confirms the applicability of seismic controls, and provides details on power demand meters and generator disconnects. It also specifies that the contractor provides the new 250-gallon LP tank. Crucially, the contractor will not warranty previously installed, accepted work unless it must be removed for non-compliant items. Work deemed unacceptable in the Site Condition Survey Report is to be removed and reinstalled per plans. Unidentified work in the report will be treated as unforeseen conditions post-award. A second site visit is scheduled for November 19, 2025.
    Amendment 0003 to RFI #004 addresses numerous questions regarding a government construction project, clarifying roles, responsibilities, and technical specifications. Key points include personnel requirements, project scheduling, temporary utility needs, and the potential for performance period extensions due to material lead times. The document details existing conditions, such as the roofing system and the absence of asbestos or lead. It also outlines requirements for various systems, including elevator installation, fire protection, plumbing, HVAC, electrical, communications, and electronic safety and security. Notably, the contractor is responsible for commissioning all systems, coordinating with utilities for permanent power, and performing updated power system studies. The amendment also clarifies the reuse of existing infrastructure and the need for new cabling and fire alarm components, emphasizing adherence to current codes and specifications.
    RFI #005 addresses several questions regarding a government solicitation. Key points clarified include the absence of a specified font size or type for proposals, the acceptance of projects nearing completion as past performance, and the confirmation that two base bid line items are mutually inclusive and will be awarded together. The document also confirms that contractors are expected to dismantle, reuse, and reinstall previously installed equipment and materials that were in the wrong location, warrantying only their workmanship for the installation. Finally, it states that the awarded contractor will determine if existing materials can be reused, and no list of items the owner does not want reused is available.
    This government file, FODO 253278 RFI #006, addresses inconsistencies and clarifications regarding previously submitted Requests for Information (RFIs) and submittals for a prior contract. The document primarily serves to provide definitive answers to questions where conflicting responses were given or where requested information, such as previous RFI Q/A, submittals, or Architectural Supplemental Instructions (ASIs), was not provided. The recurring theme throughout the document is that "Previously submitted RFI's and Submittals for the prior contract will not be furnished," with earlier conflicting responses superseded by the current amendment. Specific clarifications include the scope of excavation for waterproofing (limited to the new ramp foundation walls), the status of existing mobile storage units (not to be demolished), and a reference for propane tank specifications (See sheet E0.4 Special Note 6 and Spec Section 26 23 13.16, 2.5B and 23 20 00).
    The NPS SOLICITATION 140P2025R0054 outlines the pre-proposal conference for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield. This full and open unrestricted solicitation accepts proposals from all businesses. Key dates include the proposal due date of November 10, 2025, and a pre-proposal questions due date of November 3, 2025. All questions must be submitted via email to John Babcock, the Contracting Officer. The solicitation, available at www.sam.gov, details submission requirements (Section L, page 63), evaluation criteria (Section M, page 73), and emphasizes that all factors other than price are significantly more important. Contractors are advised to thoroughly review the solicitation, ask questions, and be specific in their proposals, noting that the prime contractor must perform 15% of the work. The project has a 365-calendar-day completion target after the Notice to Proceed. The conference covered technical aspects like site access, staging, and environmental considerations, stressing that all official terms and conditions are in the solicitation and its amendments.
    Amendment 0001 to solicitation 140P2025R0054, for the Fort Donelson National Battlefield Visitor Center Rehabilitation project, revises key dates and provides site visit details. The proposal submission deadline is now December 9, 2025, at 1700 ET, and the deadline for questions is November 25, 2025. This amendment also includes the sign-in sheet and agenda from the October 28, 2025, pre-bid site visit. A second pre-bid site visit is scheduled for November 19, 2025, at 0900 CT at the Fort Donelson Visitor Center Parking Lot. Interested participants must email Contracting Officer John Babcock (john_babcock@nps.gov) by November 17, 2025, with their firm's name, number and names of participants, and contact information.
    Amendment 0002 to Solicitation 140P2025R0054, issued on September 26, 2025, by the NPS, DSC Contracting Services Div in Denver, CO, addresses the "FODO 253278 - Visitor Center Rehab" project at Fort Donelson National Battlefield in Dover, TN. This amendment primarily attaches responses to questions from offerors, specifically "B09_Amendment_0002_FODO 253278_RFI 01_Responses.pdf" and "B09_Amendment_0002_FODO 253278_RFI 02_Responses.pdf." It emphasizes that offers must acknowledge receipt of this amendment by one of three methods: completing and returning copies of the amendment, acknowledging receipt on the offer, or sending a separate communication. Failure to acknowledge receipt before the specified hour and date may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 for solicitation 140P2025R0054, effective 09/26/2025, addresses the "FODO 253278 - Visitor Center Rehab" project at Fort Donelson National Battlefield in Dover, TN. This amendment primarily aims to attach the Pre-Bid Site Visit Sign-In Sheet from November 19, 2025, and provide responses to questions, detailed in "B09_Amendment_0003_FODO 253278_RFI 03_Responses.pdf" and "B09_Amendment_0003_FODO 253278_RFI 04_Responses.pdf". The amendment also specifies methods for offerors to acknowledge receipt, emphasizing that failure to do so by the specified hour and date may result in rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0004 to Solicitation 140P2025R0054, issued by the NPS, DSC Contracting Services Div in Denver, CO, revises the proposal submission due date for the Fort Donelson National Battlefield Visitor Center Rehab project (FODO 253278) to December 17, 2025, at 1700 ET. Additionally, this amendment includes responses to questions from RFI 05 and RFI 06, provided in attached PDF documents. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging it on their offer, or sending a separate communication, ensuring it is received by the revised deadline.
    Amendment 0001 to Solicitation No. 140P2025R0054, for the Fort Donelson National Battlefield Visitor Center Rehabilitation project, revises key dates and provides site visit information. The proposal submission deadline is now December 9, 2025, at 1700 ET, and the deadline for questions is November 25, 2025. The amendment includes the sign-in sheet and agenda from the October 28, 2025, pre-bid site visit. Additionally, a second pre-bid site visit is scheduled for November 19, 2025, at 0900 CT, at the Fort Donelson Visitor Center Parking Lot. Interested parties must RSVP to John Babcock (john_babcock@nps.gov) by November 17, 2025, with firm details, participant names, and contact information.
    Amendment 0002 to Solicitation 140P2025R0054, issued by NPS, DSC Contracting Services Div in Denver, CO, concerns the Fort Donelson National Battlefield Visitor Center Rehabilitation (FODO 253278). This amendment, dated 09/26/2025, primarily serves to attach responses to questions received, specifically
    Amendment 0003 to solicitation 140P2025R0054, effective September 26, 2025, addresses the "FODO 253278 - Visitor Center Rehab" project at Fort Donelson National Battlefield in Dover, TN. This amendment primarily attaches the Pre-Bid Site Visit Sign-In Sheet from November 19, 2025, and provides responses to questions through two attachments: "B09_Amendment_0003_FODO 253278_RFI 03_Responses.pdf" and "B09_Amendment_0003_FODO 253278_RFI 04_Responses.pdf". It also outlines the methods for offerors to acknowledge receipt of the amendment. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0004 for solicitation 140P2025R0054, concerning the Visitor Center Rehabilitation at Fort Donelson National Battlefield, revises the proposal submission due date to December 17, 2025, at 1700 ET. Additionally, it includes responses to questions, as detailed in attachments "B09_Amendment_0004_FODO 253278_RFI 05_Responses.pdf" and "B09_Amendment_0004_FODO 253278_RFI 06_Responses.pdf." All other terms and conditions of the original solicitation remain unchanged.
    The National Park Service (NPS) is seeking proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This Request for Proposal (RFP) outlines a project with an estimated construction magnitude between $1,000,000 and $5,000,000. The scope of work includes a full renovation, a three-story glass and steel addition with an elevator, interior interpretive areas, rehabilitation of the entire interior, restoration of key details, and new infrastructure for systems and utilities. A significant focus is on compliance with the Architectural Barriers Act (ABA), National Fire Protection Association (NFPA), and International Building Code (IBC), including life safety upgrades. The project, with an anticipated performance period of 365 calendar days, requires a firm-fixed-price offer for base and optional line items, including storefront, GL2, and GL3 glazing unit repairs. Contractors must adhere to strict performance, inspection, and payment requirements, including electronic invoicing via the IPP system and specific procedures for draft invoice submissions. Key personnel and trades must be identified and approved, and the contractor is subject to various federal acquisition regulations concerning labor, safety, environmental protection, and subcontractor management.
    Similar Opportunities
    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--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.
    Y1EZ--764-24-101 Renovate Manual Area at Mid-South (Elam Farms)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the manual area at the Mid-South Consolidated Mail-Out Pharmacy (CMOP) facility in Murfreesboro, Tennessee. This project, designated as 764-24-101, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 236220, with an estimated contract value between $500,000 and $1 million and a performance period of 120 days. The renovation is critical for maintaining operational efficiency within the facility, which will remain active during construction, necessitating strict adherence to safety protocols and minimal disruption to ongoing operations. Proposals are due by November 28, 2025, with all inquiries to be submitted by November 12, 2025, to Contract Specialist Robert Gochenour at robert.gochenour@va.gov or by phone at 913-758-9940.
    EM-DTOS Bldg Roof Replacement Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the EM-DTOS Building Roof Replacement Project located in Old Hickory, Tennessee. This project is a Total Small Business Set-Aside firm-fixed-price construction contract, with an estimated value between $25,000 and $100,000, aimed at replacing the roof of the EM-DTOS building, which is crucial for maintaining the facility's operational integrity. Interested contractors must be registered in SAM and are required to submit their quotes by December 12, 2025, at 2:00 PM Central Time, following a site visit scheduled for December 3, 2025. For further inquiries, potential bidders can contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    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.
    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.
    Y--CASA 324271, Castillo de San Marco National Monument, Repair and Raise Seawall
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to undertake the repair and raising of the seawall at Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the demolition and construction of new seawalls with granite facades, rehabilitation of the existing Center Seawall, and the construction of new walkways and utilities, among other tasks. This significant construction effort, with a magnitude exceeding $10 million, is crucial for preserving the monument's structural integrity and accessibility. Interested parties must have an active registration on SAM.gov, with the Request for Proposal (RFP) expected to be issued electronically on or after December 8, 2025, and the anticipated period of performance set for 550 calendar days. For further inquiries, contact Joseph Wingfield at josephwingfield@nps.gov.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, which involves significant infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to modernize critical safety elements related to waterways at the cemetery. Interested contractors must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a mandatory pre-bid site visit on September 16, 2025. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.