P--Crystal Creek Camp Demolition, NPS-WHIS
ID: 140P8425Q0004Type: Solicitation
AwardedJul 23, 2025
$745.3K$745,300
AwardeeJUDD BUICK CONSTRUCTION, INC. 3570 SANTA ROSA WAY, STE C Redding CA 96003 USA
Award #:140P8425P0049
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting bids for the demolition of the Crystal Creek Camp located in the Whiskeytown National Recreation Area, Shasta County, California. The project involves the removal of obsolete structures, debris clearance, site grading, and the management of hazardous materials, particularly asbestos and lead-based paint, in compliance with environmental regulations. This initiative is crucial for restoring the area to its natural state and enhancing the ecological integrity of the park. Interested small business contractors must submit their quotations by April 17, 2025, with the project scheduled to commence on September 1, 2025, and conclude by December 31, 2025. For further inquiries, contractors can contact Rocio Gomez Macias at rocio_gomezmacias@nps.gov or by phone at 415-464-5204.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a quote sheet attached to RFQ No. 140P8425Q0004, concerning the demolition project at Crystal Creek Camp in Whiskeytown National Recreation Area. It outlines the requirements for bidders, emphasizing the necessity of submitting comprehensive pricing for all specified line items. The project entails several contract line item titles, including mobilization and demobilization, hazardous waste abatement, well abandonment, site demolition, and site grading and restoration, each to be priced on a lump-sum basis. Quoters must ensure that their offers conform to solicitation documents, with errors in calculations favoring unit price interpretations. The Grand Total section at the bottom is intended for bidders to summarize their total pricing, rounded to whole dollars. The overall purpose of the document is to invite bids for this government project while ensuring adherence to specific pricing and documentation standards. This reflects typical protocols in federal and local government contracting processes.
    The Crystal Creek Camp Demolition Project at Whiskeytown National Recreation Area aims to systematically dismantle various structures and features within the camp area. This project includes the demolition of buildings, retaining walls, playgrounds, water features, and other amenities, while also emphasizing the protection of certain masonry structures and drainage systems. Specific tasks outlined in the plan include the removal or abandonment of wellheads, septic tanks, and fencing, ensuring safe disposal and compliance with environmental regulations. The detailed plans feature a variety of building numbers and structures, all designated for demolition, indicating a comprehensive assessment of the site. This endeavor reflects the federal initiative to manage and improve national recreation areas by removing outdated or unsafe facilities and restoring the environment, thereby enhancing the visitor experience and ecological integrity of the area. The project adheres to outlined federal standards for demolition and environmental impact.
    The Crystal Creek Camp Demolition Project at Whiskeytown National Recreation Area involves the systematic demolition of various structures and features, including buildings, water features, and fences, while preserving specific elements such as retaining walls and masonry. The project aims to safely and effectively remove obsolete facilities, ensuring compliance with environmental regulations and safety standards. Key components slated for demolition include multiple buildings (designated 904, 905, 907, 914, and 915), outfield poles, a septic tank, and various water features. Some structures require protective measures during demolition to maintain integrity, particularly masonry walls and drainage systems. This initiative is part of a broader effort to update and improve the area, potentially funded through federal or state grants and aligning with government RFP systems that emphasize responsible project management and environmental stewardship. The plans outlined in the files detail a phased approach, ensuring careful consideration of existing site conditions and the safe removal of hazardous materials where applicable.
    The document pertains to various government-issued Requests for Proposals (RFPs) and grants at the federal, state, and local levels aimed at stimulating public-private partnerships. The main objective is to solicit proposals that align with government priorities, including infrastructure development, community enhancement, and technological advancements. Key ideas include requirements for eligible applicants, funding limits, and project timelines, which are crucial for contractors and service providers seeking to participate in these initiatives. The structure includes sections detailing eligibility criteria, submission guidelines, and evaluation processes, ensuring transparency and accountability. The emphasis on collaborative efforts signifies the government's intent to leverage external expertise while driving economic growth and the delivery of public services. Understanding these components is vital for stakeholders looking to engage effectively with the government contracting landscape.
    The document outlines Request for Quotation No. 140P8425Q0004 regarding the demolition of the Crystal Creek Camp located in the Whiskeytown National Recreation Area. It features a summary of a site visit held on February 24, 2025, where participants learned about project details, safety protocols, and were encouraged to ask questions. Key concerns addressed included the management of asphalt, water sourcing restrictions prohibiting creek drafting, demolition specifics of structures and courts, as well as hazardous materials on-site. Additional site visits were scheduled to accommodate participants before the final bidding deadline, extended to April 17, 2025. The document also confirmed changes in the scope of work, emphasizing updated waste management guidelines, and clarified that contractors are responsible for compliance with painting removal protocols. The communication plan post-contracted award will include measures for safe water sourcing and managing biohazardous material. In summary, the document effectively sets the stage for contractors by clarifying scope, safety, logistics, and regulations pertinent to the demolition project, ensuring a structured approach to government contracting within environmental standards.
    The Comprehensive Asbestos & Lead-Based Paint, Universal Waste, and Household Hazardous Waste NESHAP Survey Report for the Crystal Creek Boys Camp outlines the presence of hazardous materials at the site intended for demolition due to damage from the Carr Fire. Conducted by Guzi-West, the survey adhered to federal and state regulations from the EPA and California OSHA. The survey identified various asbestos-containing materials (ACMs) that require NESHAP notification prior to demolition. While certain materials contain asbestos levels below hazardous thresholds, all ACMs must be handled to prevent any airborne contamination. Additionally, lead-based paint was confirmed on several surfaces, warranting precautions during any renovations or disturbances. These findings necessitate detailed abatement planning, adherence to safety protocols, and compliance with environmental regulations. The report provides site maps, laboratory data, and procedural recommendations crucial for managing hazardous materials during the reclamation process. Proper training for contractors and adherence to regulatory standards is imperative to safeguard worker health and ensure environmental protection.
    The Comprehensive Asbestos & Lead-Based Paint, Universal Waste and Household Hazardous Waste NESHAP Survey Report for Crystal Creek Boys Camp outlines a thorough investigation performed ahead of the facility's impending demolition. Conducted by Guzi-West, the survey aimed to identify hazardous materials in compliance with EPA, HUD, and California OSHA regulations. Findings revealed several asbestos-containing materials, predominantly non-friable and below regulatory thresholds, which require removal following specified protocols. Additionally, the presence of lead-based paint on multiple surfaces necessitates special handling and notification procedures to Cal-OSHA due to regulatory limits being exceeded. The report includes detailed sampling methodology, which adhered to recognized guidelines, and provides laboratory data corroborating the findings. Key recommendations emphasize the need for licensed asbestos abatement and adherence to lead-safe work practices during any resultant renovation. As stipulated by NESHAP regulations, necessary notifications must be submitted well before demolition activities commence. This assessment is crucial for ensuring safety and regulatory compliance, thereby mitigating health risks posed to workers and the public during the demolition and subsequent redevelopment processes.
    The document is a Request for Quotation (RFQ) for the demolition of the Crystal Creek Camp at Whiskeytown National Recreation Area, along with the details of a site visit conducted on April 4, 2025. The purpose of the site visit was to provide contractors an opportunity to familiarize themselves with the project, address safety considerations, and answer questions regarding the scope of work. Key topics discussed include the status of the bridge foundation, tree log removal, septic system handling, and requirements for retaining walls and other infrastructure. Contractors were informed that certain elements, such as the bridge, will remain while others, like basketball field infrastructure, will be removed. They are also required to address hazardous materials, particularly asbestos. The document emphasizes the responsibilities of the contractors, including hiring third-party inspectors for hazardous materials and managing pertinent permits. Overall, the RFQ outlines the project's framework, expectations for contractors, and specific amendments to the original solicitation's documents, ensuring clarity in the bidding process. The outcome of this RFQ is to select a qualified contractor to safely and effectively carry out the demolition project while adhering to federal and environmental regulations.
    The document outlines the Request for Quotation No. 140P8425Q0004 for the demolition of Crystal Creek Camp within the Whiskeytown National Recreation Area. It summarizes a second site visit held on April 4, 2025, where contractors received safety briefings and were briefed on logistics. Key questions from contractors regarding project specifics were addressed, emphasizing that the bridge foundation is to remain intact and directing contractors to refer to various attachments for scope details, especially in terms of retaining walls, sewage systems, and hazardous materials. Contractors are responsible for obtaining necessary permits. Amendments updating provisions and requirements are also detailed, including attachments for sign-in sheets and Q&A summaries from the site visit. This document serves as an essential part of the federal procurement process, ensuring contractors have clear guidelines and specifications for executing the demolition project while highlighting the government's due diligence in facilitating communications and clarifying project requirements.
    The Whiskeytown National Recreation Area's project involves the demolition of the Crystal Creek Camp, which has been vacant since 2009 when it was transferred to the National Park Service. The proposed work includes the removal of obsolete buildings, debris clearance, site grading, and the restoration of natural conditions while adhering to environmental guidelines. The contractor is responsible for comprehensive project management, environmental protection, safety compliance, and waste management throughout the process. Significant attention is given to hazardous materials, including the abatement of asbestos and proper disposal of any identified hazardous waste. A site-specific safety plan, pollution prevention measures, and a waste management strategy are required to minimize ecological impact and ensure regulatory compliance. The project will take place on a closed area of the park, ensuring no public access during operations. Prior to project commencement, various submittals, including a baseline schedule, safety plans, and permit applications, must be approved by the government. This undertaking reflects a commitment to restoring natural landscapes while maintaining safety and environmental integrity during the demolition process.
    The project involves the demolition of the Crystal Creek Camp at Whiskeytown National Recreation Area, a site previously utilized for housing inmate firefighters and later as a juvenile detention facility. The aim is to remove obsolete structures, including known asbestos-containing buildings, and restore the area to natural conditions. The scope includes site clearance, debris removal, grading, and environmental safeguards to prevent pollution. Contractors are responsible for adhering to legal regulations while executing the work, which will take place in a closed area to the public. Key requirements include submitting various plans (safety, waste management, and pollution prevention) before commencing work. Safety protocols involve maintaining an Accident Prevention Plan and ensuring all personnel are adequately trained. Additionally, waste management and recycling initiatives are mandated to minimize environmental impact, and final documentation is required through a site survey post-demolition. The project encapsulates a commitment to environmental stewardship while ensuring compliance with federal and state regulations, showcasing a structured approach typical of government RFP processes.
    The Whiskeytown National Recreation Area's Crystal Creek Camp Demolition Project aims to systematically dismantle various structures within the designated site while ensuring environmental and safety protocols are upheld. The project encompasses detailed plans for architectural demolition, grading, and erosion control, detailing the removal of buildings, fences, and utilities. Specific plans highlight potential hazards, such as asbestos and underground storage tanks, necessitating careful management to mitigate health risks. A grading plan aims for proper drainage and restoration of the landscape, ensuring a smooth transition to existing terrain. Additionally, a conceptual site plan provides insight into future developments for the area, including trails, camp sites, and facilities. This initiative underscores the federal commitment to maintaining environmental integrity and safeguarding public health during the demolition process while preparing the site for potential future use.
    The document outlines Wage Determination No. 2015-5627 under the Service Contract Act by the U.S. Department of Labor, detailing minimum wage rates for various occupations in California's Shasta County. It specifies that contracts effective from January 30, 2022, must pay at least $17.75 per hour, while older contracts without renewals must adhere to a lower rate of $13.30 per hour. The determination includes a comprehensive list of occupations with associated wage rates and required fringe benefits, such as health and welfare benefits, vacation, and paid holidays. Specific provisions for uniform allowances, paid sick leave, and hazardous pay differentials are described. The document emphasizes compliance with federal directives, particularly for contractors servicing federal contracts, ensuring protection and fair wages for employees involved in various service occupations. This wage determination serves as a regulatory standard for labor in federally contracted services, ensuring proper compensation in alignment with established federal policies.
    The document is an attachment to RFQ No. 140P8425Q0004, detailing the Offeror Representations and Certifications for commercial products and services, as mandated by the federal procurement process. Its primary purpose is to ensure compliance with various regulations, including ownership definitions, business classifications (e.g., small, disadvantaged, women-owned), and certifications required for government contracts. Key points include the definitions of terms such as "small business concern," "service-disabled veteran-owned small business," and "economically disadvantaged women-owned small business," which help determine eligibility in federal contracts. The document requires offerors to represent their compliance regarding child labor laws, tax liabilities, and restrictions on business operations in certain countries, notably Sudan. Essential certifications include adherence to the Buy American Act, Trade Agreements, and responsibilities concerning federal tax liabilities or felony convictions. The document also establishes the importance of transparency in communications regarding waste, fraud, and abuse, emphasizing that entities cannot restrict employees from reporting such issues. Overall, this attachment serves as a comprehensive guide for proposing entities to confirm their qualifications and commitments necessary for federal contracting, aligning with federal guidelines and ensuring responsible business practices.
    The document serves as a template for quoters to outline their relevant experience and past performance in response to a federal request for proposals (RFP). It emphasizes the importance of demonstrating technical capability by listing previous projects similar in nature and scope. Quoters are required to provide details for each project, including contract number, amount, project title, dates performed, agency or owner, contact person, and a description of the work performed. This structured approach ensures that the government can evaluate the qualifications and reliability of potential service providers effectively. The document highlights the necessity for references from past customers to validate the quality of products or services rendered, which is essential for the selection process outlined in the RFQ (Request for Quotation) No. 140P8425Q0004, specifically tailored for commercial products and services. Overall, the purpose is to gather comprehensive evidence of a quoter's experience and performance history to facilitate informed decision-making by the government.
    The report outlines limitations on subcontracting for the contract number 140P8425Q0004, designated as a Total Small Business set aside. It emphasizes the necessity for ensuring that a certain percentage of the contract's value is retained by the prime contractor, limiting the fiscal contributions made to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). As of the provided dates, no payments have been made to either category of subcontractors. The limitation on subcontracting percentage is calculated based on the total amount paid to the prime contractor and total amounts paid to NSS, highlighting the fundamental goal of this reporting mechanism to uphold small business engagement while ensuring equitable distribution of federal funds. The primary purpose of the document is to monitor adherence to these limitations, supporting the broader accountability efforts in government contracts, particularly within federal RFPs and grants aimed at fostering small business participation.
    The Request for Quotation No. 140P8425Q0004 pertains to the demolition of Crystal Creek Camp at Whiskeytown National Recreation Area. The document includes detailed questions and answers addressing contractor inquiries received by February 14, 2025. Key topics include budget disclosure, site utilities, security requirements, and necessary licenses for contractors. The government will not disclose its budget estimate, leaving contractors to propose competitive quotes based on their assessments. Specific job requirements necessitate active California Contractor Licenses, particularly for abatement and well decommissioning work. An amendment clarifies that while this license is not a pre-award verification requirement, it must be provided post-award. The amendment also updates the Statement of Work, includes new attachments for clarification, and confirms there is no need for bid bonds. This Request for Quotation demonstrates the government's intention to effectively manage site demolition while ensuring contractor compliance with state licensing requirements and safety regulations. The thorough Q&A format serves to aid contractors in preparing accurate bids and understanding project scope and specifications.
    The document outlines the proposal for the demolition of Crystal Creek Camp within the Whiskeytown National Recreation Area (PMIS No. 319078). It includes various appendices, such as county well records, state water board tank closure records, and a bridge inspection report for the Crystal Creek Truss Bridge. The report reveals that the bridge is in fair condition but exhibits significant issues like vegetation growth, rusting, cracked welds, and debris accumulation impacting structural integrity. Rehabilitation recommendations include installing guardrails, protective measures against erosion, and clearing vegetation, with a preliminary cost estimate of $80,000 for these actions. Additionally, various daily inspection forms detail contractor activities, weather conditions, and safety comments relative to the demolition project. The purpose of the document is to facilitate the safe and thorough management of the demolition process while adhering to federal standards and regulations. This aligns with government RFPs and grants aimed at maintaining safety and environmental compliance in public work projects.
    The U.S. Department of the Interior's National Park Service is seeking bids for the demolition of Crystal Creek Camp within Whiskeytown National Recreation Area, Shasta County, California. This project involves the removal of existing structures and site features, debris clearance, rough grading, erosion control, and hazardous waste abatement due to the presence of asbestos. The contractor is required to manage labor, supervision, and equipment, ensuring compliance with all relevant laws. The demolition is to be completed within 90 days and must avoid specific buildings during the bat maternity season, from April to August. The solicitation will follow FAR Part 12 procedures for commercial services and is exclusive to small businesses, in accordance with the NAICS code 238910. The RFQ will be available around December 28, 2024, with a 21-day response window. A site visit will be offered to interested bidders, though attendance is not mandatory. Currently, funding for this effort is not available, but there is a strong expectation of future funding. The government reserves the right to cancel the solicitation at any time without obligation to reimburse bidders for their costs.
    This document is an amendment (0001) to the solicitation 140P8425Q0004 regarding the Crystal Creek Camp Demolition project at Whiskeytown National Recreation Area, Shasta County, California. It outlines the requirements for contractors to acknowledge receipt of the amendment by specified methods to avoid rejection of their offers. The amendment includes responses to all inquiries regarding the solicitation, a summary of the changes made, and additional attachments, which consist of a Q&A summary, appendices to the Statement of Work, and photographic documentation. The effective period for performance is set from September 1, 2025, to December 31, 2025. The amendment serves to clarify and provide necessary information for contractors participating in the bidding process, ensuring compliance with federal regulations regarding contractor communications and contract modifications.
    This document is Amendment 0002 for solicitation number 140P8425Q0004 related to the Crystal Creek Camp Demolition project located in Whiskeytown National Recreation Area, Shasta County, California. The primary purpose of this amendment is to inform potential contractors about several important updates. Notably, the deadline for quotations has been extended to 5:00 p.m. Pacific Daylight Time on April 4, 2025, to accommodate the review of additional questions submitted regarding the project. The document outlines the necessary procedures for acknowledging receipt of the amendment, which can be done in multiple ways such as through electronic communication or direct reference in submitted offers. It also specifies that if changes to previously submitted offers are required, they must be communicated before the new deadline. The period of performance for the project is designated from September 1, 2025, to December 31, 2025. Overall, this amendment ensures that contractors are adequately informed and able to comply with the updated timelines and submission requirements for this federal project.
    This document is Amendment 0003 to Solicitation No. 140P8425Q0004 for the Crystal Creek Camp Demolition project at Whiskeytown National Recreation Area in Shasta County, California. The amendment includes important updates following a site visit conducted on February 24, 2025, addressing inquiries received and summarizing changes made. Key provisions include the scheduling of an additional site visit on April 4, 2025, at 9:00 a.m. PDT, and the extension of the quotation due date to April 17, 2025, at 5:00 p.m. PDT. The amendment provides attachments such as a Hazardous Materials Survey, revised Statement of Work, project photos, and location maps related to water sourcing from Bureau of Reclamation's penstocks. It reinforces the necessity for offerors to acknowledge the amendment and includes administrative changes to the solicitation. The period of performance for the project is established from September 1, 2025, to December 31, 2025. Overall, this document serves to ensure potential contractors are updated on critical aspects of the bidding process and project requirements.
    This document is an amendment (No. 0004) related to the solicitation for the Crystal Creek Camp Demolition project at Whiskeytown National Recreation Area, California. The main purpose of the amendment is to provide an updated final version of the Hazardous Materials Survey, correcting previously skewed photos in the executive summary table. Contractors are required to acknowledge receipt of the amendment by specific methods outlined in the document, to ensure their offers are considered. The period of performance for the project is set from September 1, 2025, to December 31, 2025. The amendment maintains all other terms and conditions of the original solicitation unless explicitly changed. This documentation plays a vital role in federal contracting processes by ensuring compliance with safety standards and facilitating necessary modifications in project documentation.
    The document is an amendment (Amendment 0005) to a federal solicitation regarding the demolition project at Crystal Creek Camp, Whiskeytown National Recreation Area, California. It includes a summary of changes and answers to questions from a site visit held on April 4, 2025. The amendment specifies that contractors must acknowledge receipt to avoid rejection of their offers and provides procedural guidelines for amendments. Key details include the period of performance from September 1, 2025, to December 31, 2025, and attached documents such as the site visit sign-in sheet and a summary of questions answered. The amendment maintains existing terms unless specified otherwise, emphasizing communication and compliance within proposal submissions. This document serves to clarify expectations and update interested contractors on key aspects of the project in alignment with federal contracting processes.
    This document is Amendment 0006 to solicitation number 140P8425Q0004 regarding the Crystal Creek Camp Demolition project at Whiskeytown National Recreation Area in Shasta County, California. The amendment updates the previously posted Q&A document to provide corrections to specific questions regarding contractor responsibilities. Notably, it clarifies that the contractor is responsible for hiring a third-party Certified Asbestos Consultant for asbestos clearances and that the contractor must also obtain necessary permits, with the government as the property owner. The period of performance for the project is from September 1, 2025, to December 31, 2025. Additionally, offers must acknowledge receipt of the amendment before the specified deadline to avoid rejection. The document maintains the terms from previous amendments, ensuring continuity of the solicitation process. This amendment is essential for potential contractors to accurately understand their responsibilities and comply with project requirements.
    The document outlines a Request for Quotation (RFQ) for the demolition of Crystal Creek Camp at Whiskeytown National Recreation Area, California, managed by the National Park Service (NPS). The project involves selecting a contractor for demolishing existing structures, debris removal, site grading, erosion control, and hazardous waste abatement due to the presence of asbestos. The intended work duration is approximately 90 days, scheduled post-bat maternity season, between September 1 and December 31, 2025. As a small business set-aside initiative, only small business concerns are invited to submit quotations. Key components of the solicitation include contract clauses, site safety plans, and the necessity for contractor's past performance evaluations. The contractor is also required to comply with various FAR clauses, including those related to labor standards, subcontracting limitations, and mandatory insurance provisions. The document emphasizes the importance of adhering to federal, state, and local laws throughout the project's execution. Overall, the RFQ reflects the government's ongoing commitment to safety, compliance, and environmental preservation in public service projects.
    Similar Opportunities
    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.
    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.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    A--Northern California Area Office (NCAO) Cultural Re
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified small businesses to provide cultural resources support services for the modernization of the Trinity River Fish Hatchery (TRFH) in Northern California. The procurement aims to ensure compliance with the National Historic Preservation Act (NHPA) through tasks such as cultural resources inventory, evaluation, and reporting, with a focus on updating built environment resource inventories and conducting finding of effects analyses. This project is critical for preserving cultural heritage while modernizing infrastructure, and the contract is set as a Firm-Fixed Price for a period from February 1, 2026, to January 31, 2027. Quotes are due by December 15, 2025, at 3:00 PM Pacific Time, and interested parties should contact Sarah Rodrigues at srodrigues@usbr.gov for further information.
    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.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically 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 involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries 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
    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--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.