Z--HAMP 326087: Preserve Historic Structures Hampto
ID: 140P2025R0043Type: 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)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the preservation and rehabilitation of historic structures at the Hampton National Historic Site in Towson, Maryland, under solicitation number 140P2025R0043. This design-bid-build construction project is set aside for Competitive 8(a) Small Business concerns, with an estimated construction cost exceeding $10 million, focusing on restoring up to 14 historic buildings while addressing structural deficiencies, upgrading mechanical systems, and improving accessibility. The project is significant for maintaining the cultural heritage of the site and ensuring compliance with federal preservation standards. Interested contractors must submit their proposals by May 28, 2025, with the contract performance period scheduled from September 1, 2025, to March 1, 2027. For further inquiries, contact Marc Nguyen at marc_nguyen@nps.gov or call 720-448-1166.

    Point(s) of Contact
    Files
    Title
    Posted
    The document concerns Amendment 03 to solicitation number 140P2025R0043, dealing with the preservation of historic structures at the Hampton National Historic Site in Towson, MD. The amendment outlines essential updates, including responses to bidder inquiries and a list of attendees from site visits. Key changes include an updated document titled "DBA MD20250108," adjustments to the list of attachments for the submission, and clarification that the proposal submission deadline remains set for May 28, 2025, at 12 noon ET. The period of performance for the contract extends from September 1, 2025, to March 1, 2027. Furthermore, it emphasizes the need for offerors to acknowledge receipt of the amendment to avoid rejection of their offers. The document also includes a detailed list of attachment contents relevant to the solicitation, indicating a structured approach for managing submissions and requirements. Overall, it serves as an official communication to ensure that potential contractors are fully informed and aligned with the amendments made to the initial solicitation.
    The document outlines Amendment 04 to Solicitation No. 140P2025R0043 related to the contract for preserving historic structures at the Hampton National Historic Site in Towson, MD. The amendment includes several key revisions: the addition of an option for a separate Contractor Management Representative (CMR) office space due to limited facilities; provision of interior photos for the Long House Granary; and clarification on a Request for Information (RFI) regarding fire suppression systems in the Overseer’s house. The amendment also updates the list of attachments and confirms that the proposal due date remains unchanged at May 28, 2025. The period of performance for the contract is set from September 1, 2025, to March 1, 2027. All other terms and conditions of the solicitation remain unchanged. The document serves as a formal update to ensure all interested contractors are informed of the latest requirements and modifications concerning the solicitation.
    The Hampton National Historic Site project in Towson, Maryland, focuses on the rehabilitation of various historic structures, including the Enslaved Quarters, Overseer’s House, Mule Barn, and other buildings within the site. The project aims to enhance accessibility, restore historic integrity, and improve safety with upgraded fire alarm and sprinkler systems. Construction will be conducted under strict guidelines to ensure minimal disruption to public access and site preservation. The contractor is required to maintain safe access for visitors while adhering to environmentally responsible practices, like temporary tree protection and stormwater management. Geotechnical evaluations conducted prior to construction identified subsurface conditions and recommended measures for site preparation, structural fill, and surface water control. Specific guidelines are provided for pavement construction, including the removal of existing asphalt and the installation of new layers to accommodate traffic loads. Overall, the project underscores the National Park Service's commitment to preserving historical sites while improving visitor experience and ensuring adherence to safety and environmental standards.
    The Hampton National Historic Site project involves extensive rehabilitation and enhancement of historic structures, including the Enslaved Quarters, Overseer’s House, and several outbuildings, as per the National Park Service's specifications. Key tasks include the removal of non-historic additions, accessibility modifications, and upgrades to fire safety and existing mechanical systems. The project will maintain public access during construction while adhering to environmental and safety regulations. Geotechnical studies emphasize the site's subsurface conditions and the need for comprehensive site preparation, ensuring suitable fill placement and structural integrity. The federal initiative underscores preservation and modernization efforts at the site, with strict guidelines for construction operations to avoid damaging natural features. The anticipated outcomes aim to enhance visitor experience while ensuring the site's historical value is maintained.
    The Hampton National Historic Site project in Towson, Maryland, led by the National Park Service, focuses on the preservation of historic structures. This extensive initiative includes comprehensive specifications for various construction requirements, ensuring that work is carried out effectively and safely while maintaining the site's historical integrity. The document outlines a detailed table of contents across multiple divisions, including general requirements, existing conditions, concrete work, masonry, and structural steel framing, among others. Specific sections highlight safety protocols, quality assurance, sustainable design requirements, and necessary modifications during construction. Notably, the document emphasizes the installation of dry-pipe sprinkler systems, detailing components, performance requirements, and stringent installation procedures to meet National Fire Protection Association (NFPA) standards. The project necessitates the submission of detailed shop drawings, hydraulic calculations, and operation manuals, ensuring full compliance and coordination with existing infrastructure. This initiative exemplifies the federal government's commitment to historical preservation, aligning with grants and funding opportunities aimed at maintaining cultural heritage sites through structured and regulated processes.
    The document outlines construction plans and required assessments for the preservation of historic structures at the Hampton National Historic Site. It focuses on rehabilitating and stabilizing various buildings, including the Hampton Mansion, enslaved quarters, and greenhouses. The project involves detailed architectural, civil, mechanical, electrical, and fire protection designs, emphasizing compliance with federal and local regulations. Key elements include hazardous materials assessments identifying lead-based paint and asbestos-containing materials, which must be managed during renovations. The plans include various demolition, construction, and safety protocols, adhering to the National Park Service guidelines for historic properties. The comprehensive strategy prioritizes maintaining the historical integrity of the site while upgrading facilities to meet modern safety standards. Overall, the document serves as a critical guide for contractors and project managers, detailing specifications, environmental considerations, codes, and access requirements integral to the historic preservation efforts at the site.
    The Hampton National Historic Site is undergoing extensive renovation efforts documented within a series of demolition and construction plans. The aim is to preserve historic structures while implementing necessary structural upgrades. Key elements include the removal of deteriorated components like concrete stairs, roofs, and wood fixtures within the site. Salvaging reusable materials, such as brick and flagstone pavers, is emphasized to maintain historical integrity. Specific construction notes outline the requirements for embedded fasteners, identifying materials and spacing to ensure structural safety. The project will adhere to regulations regarding fastener types—highlighting the necessity for galvanized or stainless steel on wood and masonry surfaces—to prevent corrosion and maintain durability. In compliance with restoration standards, the plans detail the careful handling of historic features, like maintaining a climate-controlled wood-framed enclosure during renovations. Overall, this initiative reflects federal commitments to historic preservation, aiming to balance modernization with the safeguarding of historical significance at the site.
    The document provides detailed architectural drawings and specifications for the renovation and preservation efforts at the Hampton National Historic Site. It outlines various building elements, including roof types, foundation waterproofing, and material specifications such as acetyled wood for decking and railings. Key sections detail the construction methods for stairs, walkways, and expansion joints to safeguard structural integrity, while also including provisions for historical accuracy in material selection. The overall purpose is to ensure compliance with preservation standards while carrying out necessary upgrades and repairs. Several engineering firms, including GWWO, Inc., Henry Adams, and Keast & Hood, are involved in the project, collaborating to preserve the site's historical significance while enhancing safety and accessibility features. This comprehensive approach reflects the government's commitment to maintaining historical sites through careful restoration practices, ensuring both functionality and historical fidelity.
    The document outlines the mechanical systems upgrade plan for the Hampton National Historic Site, which involves extensive demolition and installation of new mechanical piping and ductwork within various structures, including the Overseer's House and Greenhouses. Each section details specific tasks like the removal of existing systems, the installation of new piping, and ensuring that all work complies with preservation standards and safety regulations. Accessibility for maintenance and inspections is emphasized, requiring careful planning in the system design. The proposed upgrades are designed to enhance the efficiency of heating, cooling, and ventilation within the site's historic structures, reflecting a commitment to preserving maintenance accessibility while upgrading mechanical infrastructure. This project aligns with federal and local grants and RFPs aimed at historical preservation and modernization efforts, ensuring compliance with relevant building codes and environmental standards.
    The HAMP - 326087 Preserve Historic Structures project requires a comprehensive permit submittal process involving multiple agencies, including the National Park Service and the Maryland Department of the Environment. The document outlines a detailed Permit Submittal List, indicating various permits needed such as Utility Agreement, Stormwater Management, Hot Work, Lead Abatement, and Asbestos Abatement Permits. Each permit requires specific forms, reports, and supportive documentation, along with a responsible party designated for each application, predominantly VHB (Civil Engineer). The submission process includes general notes about cover letters and assumptions about multiple permits across project phases. It also lists the need for concurrence letters from other agencies and highlights the complexity of navigating jurisdictional responsibilities related to public works in Baltimore County. The overarching purpose of the document is to ensure that all necessary permits are identified and obtained in compliance with federal and state regulations, facilitating the project’s progression while preserving historical integrity and adhering to environmental standards.
    The Hampton National Historic Site project involves the rehabilitation of up to 14 historic structures, including significant buildings like the enslaved quarters and overseer’s house. The primary focus is on site improvements, utility upgrades, and heightened accessibility, including the installation of ADA-compliant pathways. Key activities will involve demolishing existing infrastructure, improving courtyards, and upgrading utility lines to enhance services and visitor experiences. Civil engineering work will be conducted by GWWO, Inc. with stormwater management plans approved by the Maryland Department of the Environment to mitigate erosion and sediment runoff. The project will resonate with local and federal regulations, highlighting a commitment to preserving the historic integrity of the site while ensuring modern safety and accessibility standards. Overall, the comprehensive plans address construction logistics and set forth guidelines to maintain environmental compliance throughout the rehabilitation process.
    This document grants sediment and stormwater management approval for construction at the Hampton National Historic Site in Baltimore County, MD. The approval, effective May 30, 2024, is issued to the National Park Service and outlines essential conditions for compliance with Maryland’s Environment Article. Key conditions include: 1. The construction must be completed within three years, with potential extensions. 2. Compliance with all regulations is required, and the approval may be revoked for violations. 3. All sediment control and stormwater facilities must adhere to the approved plans from the Maryland Department of the Environment (MDE). 4. Notifications must be made to MDE before and after project initiation. 5. A Notice of Intent for stormwater discharge must be submitted for projects disturbing an acre or more. 6. A stormwater management waiver is provided, allowing for less stringent requirements due to the project's mitigation measures. 7. As-built plans must be submitted post-construction, certified by licensed professionals. This approval exemplifies federal and state collaboration in regulating construction activities to ensure environmental protection while facilitating necessary development.
    The HAMP 326087 project focuses on the preservation of historic structures, emphasizing detailed construction documents across various divisions, including concrete, masonry, wood, thermal protection, and plumbing. Each division outlines specific product standards, applications, and recommendations for materials that maintain historical integrity while meeting modern building requirements. For instance, the concrete division highlights water-based curing compounds, while masonry emphasizes restoration mortars with natural hydraulic lime for eco-friendly features. Emphasis is placed on utilizing sustainable materials that minimize carbon emissions and ensure vapor permeability, crucial for the longevity of historic masonry. Furthermore, the project promotes safety and compliance in construction practices as well as environmental considerations, aligning with government initiatives for historical preservation. The structured document serves as a guideline within the context of federal and local RFPs, offering a comprehensive framework for contractors engaged in preserving historical buildings.
    The document is a Safety Data Sheet (SDS) for Mineral Spirits Rule 66 Dr 55 GA, detailing safety and hazard information for this chemical product, commonly used as a paint thinner. It identifies the product's hazards, including its flammable nature and potential to cause central nervous system effects, skin irritation, and respiratory issues upon exposure. The SDS outlines the necessary precautions for handling and storage, firefighting measures, first-aid procedures, and information on exposure controls. The document includes emergency contact information, ingredients composition, and guidelines for accidental release, emphasizing the importance of safety in various applications such as painting and finishing. The mineral spirits contain components that may pose environmental risks and require proper disposal in accordance with local regulations. The information provided is critical for organizations seeking compliance with health and safety regulations related to chemical usage, particularly within government contracts and RFPs, highlighting safety standards vital for protecting workers and the environment. Understanding these precautions is essential for ensuring worker safety and regulatory adherence in federal and local projects.
    The document outlines specifications for various commercial plumbing fixtures, primarily focusing on the Sloan® Sensor Flushometer model 8111-1.28-OR, which features a 1.28-gallon per flush (gpf) capacity. Key features include a polished chrome finish, battery operation with a six-year lifespan, and a diaphragm valve made from semi-red brass, ensuring durability and performance. The flushometer is equipped with an infrared sensor for efficient water use and complies with numerous environmental and accessibility standards, such as ADA and WaterSense listings. Additionally, details about a high-efficiency, wall-mounted toilet (Afwall® Millennium™) made from vitreous china are provided, highlighting its antimicrobial surface and high performance at low flush volumes. The specifications emphasize their suitability for both high-efficiency and barrier-free applications, weathering compliance with local building codes. The document serves to guide procurement for government entities by detailing essential features, compliance certifications, and product specifications critical for contractors responding to federal grants, RFPs, and state/local bids. This information ensures selected fixtures meet required efficiency and accessibility standards in construction and renovation projects.
    The document outlines the features and specifications of the PG9911 Wireless PowerG Outdoor Siren, part of the PowerSeries Neo security system. Highlighting its robust design, the siren is equipped with industry-leading PowerG technology, ensuring reliable communication within a substantial range of up to 2 kilometers. It features a 110dB siren with visual alerts, long-life lithium batteries, and weatherproof housing rated IP55, making it suitable for various outdoor installations. Additionally, the document discusses the full flexibility of PowerSeries Neo, combining modular hardwired systems with wireless device capabilities, lowering operational costs while enhancing security reliability. The summary also includes various related wireless controls and detectors, detailing their unique functionalities and specifications for security monitoring. This document serves as a technical reference for installers and potential customers in evaluating advanced security solutions in compliance with modern technological standards. The focus is not only on the siren's features but also on its compatibility with a broad array of other security devices, providing a comprehensive overview of the PowerSeries Neo ecosystem.
    The document serves as a general wage determination for construction projects in Baltimore County, Maryland, issued under the Davis-Bacon Act. It outlines prevailing wage rates applicable to various labor classifications in building construction, excluding smaller residential properties. Key executive orders stipulate minimum wage rates: contracts initiated or renewed after January 30, 2022, must adhere to Executive Order 14026, mandating at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, fall under Executive Order 13658, requiring a minimum of $13.30 per hour. Wage rates vary by occupation, covering skilled trades like electricians, carpenters, and laborers, with specific rates and fringe benefits listed. The document also details the appeals process for wage determinations, emphasizing workers' rights and contractor responsibilities regarding annual adjustments, paid sick leave, and any necessary conformance requests for unlisted classifications. Overall, it emphasizes compliance with federal labor laws to protect workers in federally funded construction endeavors, cementing the government's commitment to fair labor practices.
    The document outlines wage determination regulations under the Davis-Bacon Act for construction contracts in Baltimore County, Maryland, effective March 14, 2025. It specifies that contracts awarded on or after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of at least $17.75 per hour for covered workers. Contracts awarded between January 1, 2015, and January 29, 2022, are subject to Executive Order 13658, with a minimum wage of $13.30. The document lists various construction roles, including rates and fringe benefits, indicating considerable variance across professions, with electricians earning $47.13 and laborers receiving between $22.63 and $24.46 depending on the classification. It also clarifies the wage determination appeals process and classifies wage rates into categories, such as union rates, survey rates, and state-adopted rates. This comprehensive analysis aims to ensure fair compensation for workers involved in federally funded construction projects, reflecting the accuracy and current needs of the labor market in Maryland, while also emphasizing contractor compliance with federal labor standards and employee protections.
    The National Park Service (NPS) is seeking contractual services to rehabilitate historic structures at the Hampton National Historic Site in Towson, MD, as detailed in solicitation number 140P2025R0043. The project encompasses various tasks, including the base rehabilitation of the Farm Side and Garden Service Cluster Area, along with enhancements to the Hampton Mansion's exterior and interior. Additional optional rehabilitation tasks extend to the Ice House, Green House #1, Dairy, Pump House, and more. The pricing structure outlines distinct contract line items (CLIs), separating base and option costs, and includes a comprehensive breakdown of direct construction costs, labor categories, materials, and equipment needed for the project. Specific guidelines for measurement and payment are indicated in the Division 01 Specifications. This solicitation reflects the federal government's commitment to preserving cultural heritage while detailing precise requirements for contractors, ensuring accountability and clarity in the bidding process. The overarching aim is to maintain historical integrity while ensuring modern functionality in alignment with federal standards and regulations.
    The National Park Service (NPS) is soliciting bids for rehabilitation projects at the Hampton National Historic Site in Towson, MD, under solicitation number 140P2025R0043. The main objective is to preserve historic structures through various specified tasks, including base and optional rehabilitation jobs for the Farm Side, Garden Service Cluster, Hampton Mansion, Ice House, and other structures. Each task is assigned distinct Contract Line Item Numbers (CLIN), and bidders are required to provide pricing for both the base project and optional improvements. The project involves extensive renovations that cover foundations, superstructure, roofing, interior finishes, and utilities. Cost components include materials, labor, equipment, and additional expenses such as overhead, profit, bonds, and insurance. A detailed breakdown of materials and labor costs is also necessary for bidders, ensuring transparency and comprehensiveness in proposal submissions. This RFP highlights the NPS's commitment to preserving historical integrity while emphasizing regulatory compliance and safety. The proposed projects will not only enhance the visitor experience but also maintain the cultural legacy of the site. This summary outlines pivotal elements pertinent to contractors interested in bidding for these federal and historic preservation projects.
    The document is a Project Experience Questionnaire related to the solicitation 140P2025R0043, requesting detailed information from offerors about their past project experiences relevant to the federal and state/local RFPs. The questionnaire requires companies to submit project details, including the project title, location, descriptions, owners, and points of contact. It also requests a list of contractors involved, their roles, trades, pricing details, and performance periods. Seven specific questions guide the offeror to provide insights into the work performed by contractors, address changes in project pricing and schedules, describe problem-solving measures, and assess successful methods used. This structured approach facilitates the evaluation of a contractor's qualifications and experience, ensuring compliance with the solicitation's criteria. The purpose of this document is to collect comprehensive and relevant project experience data from potential contractors to make informed decisions for project awards. Overall, it emphasizes the importance of demonstrating capability through previous project successes and strategies for overcoming challenges in construction and related fields.
    The document outlines the processes and requirements related to federal and state funding opportunities for various projects through Requests for Proposals (RFPs) and grants. It discusses the significance of RFPs in ensuring transparency, accountability, and competitive bidding for government contracts. The document emphasizes the need for potential applicants to understand eligibility criteria, application procedures, and deadlines as these factors are essential for successful submissions. Key aspects include the importance of adhering to regulations and providing comprehensive project proposals that align with government priorities. It mentions the collaborative role of federal, state, and local agencies in overseeing these funding processes to promote efficient use of public resources. Additionally, the guidelines encourage public engagement and procurement best practices to enhance service delivery and community impact. Overall, the section serves as a guide for organizations seeking to navigate the funding landscape effectively, highlighting the complexities and benefits of engaging with government contracting through RFPs and grants.
    The document outlines a report concerning a federal contract related to set-asides for small businesses and socio-economic groups. It details the contract number, prime contractor, total contract price, and type of set-aside, while emphasizing compliance with regulations concerning subcontracting limits. The report includes sections for participation calculations, showcasing amounts invoiced by the prime contractor and similarly situated subcontractors (SSS) versus non-similarly situated subcontractors (NSS). It notes that the contract is regulated under specific clauses that dictate limits on subcontracting—50% for services (excluding construction) and 75% for special trade contractors. The document mandates a corrective action plan should the subcontracting percentage not meet compliance. It defines "similarly situated subcontractors" and provides calculated fields for effective reporting. This compliance-focused reporting structure is essential in ensuring that small businesses benefit from federal contracting opportunities and adhere to pre-defined subcontracting ratios, thus reinforcing government support for disadvantaged businesses. The concluded analysis stresses the importance of monitoring and reporting to avoid potential penalties and enhance equitable participation in federal contracts.
    The Past Performance Questionnaire (Solicitation No. 140P2025R0043) is a formal document designed for contractors submitting proposals, particularly in government contracts. It requires offerors to complete sections regarding their business details and project experiences. The questionnaire is intended to assess a contractor’s past performance through input from a designated reference, who will evaluate various aspects such as project quality, schedule adherence, cost control, management, and regulatory compliance. Ratings range from "Exceptional" to "Unsatisfactory," with opportunities for comments to support these evaluations. The document emphasizes that information collected is sensitive and cannot be used for marketing or promotional purposes by the contractors. The completed questionnaire must be returned to the designated contracting officer by May 14, 2025. This process aims to ensure that the government selects contractors capable of meeting project requirements effectively while adhering to regulatory and safety standards.
    The proposed document outlines the submission process for contractors offering alternate products deemed equivalent to specified standards in government contracts, as per Provision 52.211-06. Contractors must certify that their proposed items match or exceed specified salient characteristics, warrant compatibility with existing systems, ensure coordinated installation, and waive any claims for extra costs stemming from substitutions. Additionally, there is encouragement for contractors to submit products that not only meet accessibility standards but also utilize sustainable or eco-friendly materials. This RFP provision underscores the federal government’s commitment to innovation, environmental responsibility, and compliance with quality standards, while facilitating competitive procurement practices. The document serves as a guideline for contractors to align their offerings with governmental project requirements and enhances opportunities for introducing superior, sustainable products during bid submissions.
    The document consists of responses to various Requests for Information (RFIs) related to the preservation of historic structures, focusing on project requirements, specifications, and clarifications regarding submissions and responsibilities. Key points include confirmation that bid documents must include detailed cost breakdowns and representation submissions, environmental management must have dedicated personnel, and project experience must generally pertain to the last three to five years based on performance evaluations. Additionally, all permits, artifacts management, and the adherence to historical preservation guidelines are clarified throughout the responses.
    The document provides a participant list for site visits related to the HAMP 326087 project aimed at preserving historic structures at the Hampton National Historic Site, Towson, MD. It includes the names and companies of individuals from various construction and restoration services who attended. Companies represented include Envirovantage, Ritz Construction, CSI Restoration Services, and multiple others, indicating a diverse group of contractors involved in the project.
    The National Park Service is preparing to issue a competitive 8(a) Request for Proposal (RFP) for the construction and rehabilitation of historic structures at the Hampton National Historic Site in Towson, Maryland. This notice serves as a pre-solicitation announcement, indicating that the formal RFP will be published on SAM.gov. The project encompasses a variety of rehabilitation activities, including work on historic enslaved quarters, overseer’s house, mule barn, and other associated buildings, aiming to improve accessibility and modernize building systems while preserving historical integrity. The projected contract duration is 18 months, with a performance magnitude exceeding $10 million. Interested parties must register in the System for Award Management (SAM) to participate in the bidding process, and there is a strong encouragement for small and disadvantaged businesses to engage as subcontractors. The document outlines requirements for electronic payment submissions and stipulates that all proposals must adhere to specific construction codes and standards. The RFP is set to provide significant opportunities for businesses, aligned with federal policies promoting inclusivity in government contracting.
    The government solicitation document outlines a competitive bidding opportunity for the preservation and rehabilitation of historic structures at the Hampton National Historic Site in Towson, Maryland. The project, designated as HAMP 326087, is set aside for Competitive 8(a) Small Business concerns under NAICS code 236220, indicating that the expected construction cost exceeds $10 million. The project scope includes restoring up to 14 historic buildings, addressing structural deficiencies, upgrading mechanical and electrical systems, abating hazardous materials, and improving accessibility and landscape issues. Contractors are required to begin work within 548 calendar days after receiving the notice to proceed and must complete the project within the same timeframe. Liquidated damages for delays are stipulated at $1,661 per day. A pre-proposal site visit is planned, and adherence to strict inspection and quality assurance procedures is mandated. The document also highlights the need for an electronic payment system for contractor invoices through the U.S. Department of the Treasury's IPP system. Additionally, certain requirements and restrictions are set forth, including the prohibition of specific covered telecommunications equipment. Overall, the solicitation emphasizes compliance with federal contracting regulations and supports the preservation of cultural heritage.
    The document outlines demolition plans for the preservation of historic structures at the Hampton National Historic Site, specifically focusing on the Long House Granary. It details the scope of demolition work, which includes the removal of wooden stairs, landings, supports, guardrails, and handrails, while emphasizing that a climate-controlled, wood-framed enclosure containing sensitive archived materials must remain undisturbed. This enclosure restricts access to exterior rehabilitation efforts and mandates protection measures during roof replacement and rehabilitation of openings. The project, designed by multiple firms specializing in various fields such as architecture, electrical, mechanical, and civil engineering, aims to restore historical significance while ensuring the safety and integrity of sensitive contents. The document serves as a guiding manifesto for contractors and preservationists involved in the renovation efforts, ensuring compliance with regulatory standards while maintaining the historical essence of the site.
    This document pertains to an amendment of a solicitation identified as 140P2025R0043, issued by the NPS, DSC Contracting Services Division, located in Denver, Colorado. The key purpose of this amendment is to provide additional attachments (specifically Drawings Volume 1 and Product Files) that were not uploaded to SAM.gov previously. The amendment clarifies that bidders must acknowledge receipt of this amendment to avoid rejection of their proposals. It outlines the necessary methods for acknowledgment and indicates that any changes to previously submitted offers can be communicated electronically or via letter as long as they reference the amendment. The overall terms and conditions remain unchanged, with the period of performance specified from September 1, 2025, to March 1, 2027. The document emphasizes the importance of compliance with established deadlines and procedures in federal procurement processes, reinforcing accountability and effective communication between government entities and contractors.
    The document is an amendment to solicitation number 140P2025R0043, issued by the National Park Service for a contract modification. The main purpose of this amendment is to provide an updated attachment, specifically regarding the inclusion of Section 07 92 01, which pertains to Exterior Joint Sealants for Sitework. Offers submitted in response to this solicitation must acknowledge receipt of the amendment to be considered valid. The amendment outlines that changes to the original offer can be made through a formal letter or electronic communication, referencing the amendment. All other terms and conditions of the solicitation remain unchanged. The contract's period of performance is stipulated to be from September 1, 2025, to March 1, 2027. This document highlights essential procedural requirements for contractors engaged with federal solicitations, ensuring compliance and clarity across contractual obligations.
    This document pertains to Amendment 03 of solicitation 140P2025R0043, issued by the National Park Service's Contracting Services Division. The amendment clarifies important details for bidders, including answers to inquiries from potential contractors, a list of attendees from site visits, and updates to various attachments related to the solicitation. The due date for proposal submissions remains unchanged, set for 12 noon ET on May 28, 2025. The period of performance for the resulting contract will span from September 1, 2025, to March 1, 2027. All other conditions and terms specified in the original solicitation are preserved, ensuring continuity in the procurement process. This amendment reflects typical procedures in federal RFPs, emphasizing the importance of updated communications and compliance by potential offerors in responding to solicitations accurately and timely. The document exemplifies the formalities of federal contracting, specifying required acknowledgments and procedural adherence to ensure organizational integrity in the procurement process.
    This document pertains to Amendment 04 of solicitation 140P2025R0043, which addresses changes and clarifications regarding a government construction project. Key updates include the addition of Option CLIN013 for a separate Contractor Management Representative (CMR) office space in the construction trailer due to limited office space at the Park's office. The amendment also provides additional photographic materials related to the project and clarifies a Request for Information (RFI) concerning the installation of a dry system in the Overseer's house. Specifically, it confirms that only the second floor and attic will use this system and details restrictions on drilling historic floor joists for sprinkler piping. The proposal due date remains unchanged at 12 noon ET on May 28, 2025. The amendment ensures that all remaining contract terms and conditions are intact while outlining the project timeline from September 1, 2025, to March 1, 2027.
    This document is a solicitation for a construction project titled "HAMP 326087 Preserve Historic Structures" at Hampton National Historic Site in Towson, MD. The project is categorized as design-bid-build and is exclusively set aside for Competitive 8(a) Small Business concerns. The estimated construction cost exceeds $10 million, aligning with the NAICS code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $45 million. The contractor is required to begin work within a certain timeframe following the award notification, and performance bonds are necessary. Offers must be submitted in sealed format by a specified deadline and must be fully completed, particularly in the "offer" section. Sealed bids will be publicly opened as outlined in the solicitation. The performance period spans from September 1, 2025, to March 1, 2027. As part of the solicitation process, a site visit is encouraged to familiarize potential contractors with project requirements and conditions. This solicitation reflects the government’s initiative to preserve historic structures while providing opportunities for small businesses to participate in federal contracting.
    Lifecycle
    Similar Opportunities
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    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--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.
    Y--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the 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 North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.gov.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is seeking qualified contractors for the RM22-1205 B7 Structural Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. This opportunity involves a comprehensive interior renovation of the historic Building 7, which includes hazardous material removal, structural modifications, installation of new utilities, and upgrades to mechanical, electrical, and fire protection systems, with a project value estimated between $25 million and $100 million. The project is significant for maintaining the integrity of historic structures while ensuring compliance with modern safety and operational standards. Interested parties must submit their capabilities packages, including relevant project experience, by January 2, 2026, to Shannon Price at shannon.e.price3.civ@us.navy.mil.
    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.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.