GRTE, BAT MITIGATION UNIT 1037
ID: 140P1425Q0058Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR NORTHERN ROCKIES(12200)YELWSTN NL PK, WY, 82190, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for bat mitigation services at Unit 1037 of Grand Teton National Park. The project aims to address health risks posed by a significant bat colony by repairing and restoring the cabin's interior after deconstructing parts to eliminate bat entry points and remove bat guano, ensuring the cabin's historical integrity while providing a safe living space for seasonal employees. This firm-fixed-price contract, exclusively open to small businesses, has an estimated value between $25,000 and $100,000, with bids evaluated based on technical capability and price. Interested contractors must comply with Federal Acquisition Regulation (FAR) guidelines and submit detailed bids by the specified deadline; for inquiries, contact Sally Leitch at sally_leitch@nps.gov or call 720-450-5172.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Standard Form 1413, used to record the acknowledgment of a subcontract under federal contracts. It serves to capture critical details regarding the prime contractor, including contract number, subcontractor information, and specific clauses relating to labor standards and overtime compensation. The form includes sections for both the prime contractor's statement and the subcontractor's acknowledgment, confirming the inclusion of necessary labor standards clauses. It addresses compliance requirements under various labor laws, such as the Contract Work Hours and Safety Standards Act, and includes sections for any intermediate subcontractors involved. This standardized form is essential for ensuring that all parties involved adhere to federal labor regulations, ultimately promoting fair labor practices within federally funded projects. The document complies with the Paperwork Reduction Act, indicating its purpose in statistical collection and regulatory compliance.
    The Transmittal Form (CM-16) from the National Park Service (NPS) outlines the process for submitting and reviewing construction-related documents through the Denver Service Center (DSC). This form includes sections for various stakeholders, such as construction contractors and construction management representatives, to indicate their actions regarding submitted materials, which may include informational submissions or action submittals. Each submission is tracked and evaluated based on compliance with project specifications and regulations, including the Federal Acquisition Regulation (FAR). A key feature of the form is its structured approach to documenting approvals or required resubmissions, reflecting the collaborative nature of construction projects within the NPS framework. Each party involved, including architects and engineers, must provide signatures certifying review results. The form also emphasizes the importance of accountability and compliance by asserting that the government's approval does not absolve contractors of responsibility for errors. This document is essential for ensuring that all aspects of construction meet the necessary standards while promoting efficiency in project oversight within government-funded initiatives related to federal, state, and local requests for proposals (RFPs). Overall, the CM-16 Transmittal Form serves as a crucial tool for managing the complexities of construction processes in national parks.
    The National Park Service (NPS) is soliciting bids for bat mitigation services at the historic Unit 1037 of Grand Teton National Park. The project aims to address health risks posed by a significant bat colony and involves repairing and restoring the cabin’s interior after deconstructing parts of it to eliminate bat entry points and remove bat guano. This work is crucial for preserving the cabin’s historical integrity while ensuring it remains a safe living space for seasonal employees. The solicitation is set as a firm-fixed-price contract, exclusively open to small businesses, with an estimated value between $25,000 and $100,000. Interested contractors must navigate specific requirements, including compliance with Federal Acquisition Regulation (FAR) guidelines and submission of detailed bids by the due date. The work must be completed within specified timelines and adhere to strict preservation standards, involving eco-friendly methods and historically appropriate materials. All bids will be evaluated for technical capability and price, prioritizing those that demonstrate relevant experience in similar projects. Successful completion will enhance tenant safety and preserve the cultural heritage of the park.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    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.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    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--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    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.
    Amendment 1: A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a Concession Contract to provide a range of services including lodging, campgrounds, food and beverage, retail, and marina operations within Grand Teton National Park. The contract is set to commence on January 1, 2027, and aims to enhance visitor experiences by offering diverse recreational and hospitality services in one of the nation's premier natural settings. Interested parties must submit electronic proposals by January 6, 2026, following a notice of intent by December 16, 2025, and are encouraged to direct any questions to Erica Harris at imrconcessions@nps.gov by October 14, 2025.
    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.