J--Salem Maritime National Historic Site Central Whar
ID: 140P4325R0016Type: Solicitation
AwardedSep 16, 2025
$385.5K$385,500
AwardeeCJR ATLANTIC, INC 126 JOE THOMPSON RD Marstons Mills MA 02648 USA
Award #:140P4325C0032
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Port and Harbor Operations (488310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

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

    The National Park Service, under the Department of the Interior, is soliciting proposals for the repair and maintenance of the Central Wharf Dock at the Salem Maritime National Historic Site in Massachusetts. The project aims to enhance safety and functionality through structural repairs, cleaning, and recoating of the dock, with a focus on preserving historical integrity while ensuring public access during construction. This initiative is crucial for maintaining one of Salem's key waterfront facilities, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit their proposals by June 27, 2025, and can direct inquiries to Samuel McKenzie at samuel_mckenzie@nps.gov.

    Point(s) of Contact
    McKenzie, Samuel
    (000) 000-0000
    (304) 535-6081
    samuel_mckenzie@nps.gov
    Files
    Title
    Posted
    The Salem Maritime National Historic Site is set to undergo significant upgrades to improve safety and repair the Central Wharf dock and boarding facility. This project encompasses various tasks, including the structural repair and maintenance of the floating dock, cleaning and recoating steel components, and addressing issues related to the bulkhead and gangway. Detailed construction requirements emphasize archaeological protection and adherence to historical preservation standards throughout the project duration from November 1, 2024, to May 30, 2025. The contractor must limit their operational footprint, ensure public safety by managing site access, and coordinate with existing government staff to minimize disruptions. A comprehensive set of guidelines for project management, including coordination meetings, environmental compliance, and permit requisition, is outlined to facilitate smooth operations. Overall, this initiative demonstrates the National Park Service's commitment to preserving historical sites while ensuring modern safety standards.
    The document outlines the Submittal List with Review Estimate for the SAMA Central Dock Repair project, coordinated by the National Park Service (NPS) Denver Service Center. It details the submittal requirements and review times for various project components, including coordination drawings, construction schedules, material specifications, and safety plans. The submittal categories cover certifications, shop drawings, manufacturer data, and other documentation necessary for project compliance. Each requirement lists specific documents and indicates the review time needed by different engineering disciplines (architectural, civil, structural, mechanical, electrical) and project management teams. This structured approach ensures adherence to standards and facilitates coordination among stakeholders, promoting smooth project execution while complying with federal grant and request for proposals (RFP) regulations. Overall, the summary embodies core project management practices aimed at ensuring quality and compliance during the dock repair process.
    The Salem Maritime National Historic Site in Salem, MA is planning improvements to the Central Wharf dock and boarding facility, focusing on safety and repairs. There is a need to confirm whether the existing pipe guide piles are concrete-filled; current observations suggest they are not. Contractors are permitted to set up a land-based crane on Central Wharf, with pre-approval needed for cranes larger than 40 tons. Throughout the project's duration, visitor access will be maintained as much as possible, with minimal restrictions only in a small area near the fixed gangway access. All efforts will be made to keep access open to the southern end of Central Wharf. The document reflects important procedural guidelines as part of the federal RFP process, ensuring compliance with safety and operational standards while maintaining public accessibility during construction. This project underscores the government's dedication to preserving historic sites while integrating necessary safety enhancements.
    The document outlines the scope of work for the Central Wharf dock repairs at Salem Maritime National Historic Site in Massachusetts. It addresses inquiries regarding project specifications, materials, and logistics essential for contractors. Key points include the requirement to pull and transport existing pilings, the specified laydown area for construction operations, and the expected freeboard for the float. The contract performance period is set from September 1, 2025, to May 1, 2026, highlighting the necessity for ongoing public access until November 1, 2025. The solicitation also details preparation for surface coating, specifying near-white or water blasting methodologies. Additionally, it includes clarifications about bid items and modifications to project specifications. The overarching purpose of this document is to guide contractors in preparing bids for the repair project while ensuring compliance with National Park Service protocols and maintaining operational standards for public access.
    The National Park Service's Northeast Region is preparing to release a Request for Proposal (RFP) for significant lifecycle maintenance of the steel floating dock at Salem National Historic Site, Massachusetts (PMIS 171622b). The project involves removing and repairing the dock, associated gangways, pilings, and brackets, alongside maintenance of rusted components and coating surfaces with protective materials. The RFP also allows for possible enhancements to accommodate future sea level rise and maintenance efficiency. The solicitation number is 140P4325R0016, with the RFP expected to be publicly issued by May 1, 2025, via the government’s contracting opportunities website. The estimated project cost ranges from $250,000 to $500,000 and will be awarded through a firm-fixed price contract subject to Federal Construction Wage Rates. It is designated solely for small businesses under NAICS Code 488310. Interested contractors must register on SAM.gov to be eligible for bid and are encouraged to attend a site visit for better understanding of the project requirements. For further details, Samuel McKenzie serves as the primary point of contact.
    The document addresses the requirements set by Federal Acquisition Regulation (FAR) 36.211(b) regarding the administration of construction contracts, specifically focusing on the definitization of equitable adjustments for change orders. It emphasizes that federal agencies must provide a clear description of the policies and procedures applicable to this process. Additionally, the document requests data on the time taken to definitize these adjustments under construction contracts. Agencies are directed to the Department of the Interior's website for further information on their construction contract policies. Overall, this summary encapsulates a regulatory framework designed to ensure transparency and efficiency in handling changes to construction contracts, contributing to better management within government procurement processes.
    Childs Engineering conducted an extensive inspection of the floating dock at Central Wharf in Salem, MA on November 7-8, 2022, for the National Park Service. The assessment involved below and above water inspections by a team of engineers led by Nicholas B. Sarata. The inspection aimed to evaluate the conditions of the dock and related structures, which include guide piles, gangways, and the support pier, highlighting that while the floating dock was generally in fair condition, several elements showed signs of deterioration. Key findings included moderate corrosion in critical areas, a loss of cross-sectional area in some steel components, and various structural defects requiring attention. Recommendations for repairs include recoating corroded areas, improving electrical connections for protection, and addressing safety hazards like a tripping risk posed by a pump-out drain. The comprehensive report serves as a critical guide for ensuring the dock's longevity and safety while adhering to standards set by the National Park Service. The inspection procedures and recommendations aim to maintain structural integrity and prioritize user safety in one of Salem's key waterfront facilities.
    The document outlines a government contract, identified by Contract Number 140P4325R0016, emphasizing a Total Small Business set-aside. It details the performance period and the financial transactions involving the Prime contractor and both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS). Key components include total amounts paid to various subcontractors across multiple task orders, along with a report on limitations concerning subcontracting. The report specifies that gross payments from the government during the performance period need to be documented for compliance with subcontracting limitations, stressing the importance of maintaining the ratios between payments to SSS and NSS. It also highlights the need for amendment flexibility in reporting for additional task orders. With a focus on transparency and accountability, this document serves to ensure that small businesses participate adequately in government contracts while meeting regulatory expectations regarding subcontracting. Overall, it is a procedural template for reporting contractual financial distributions in compliance with federal guidelines.
    The document outlines a Request for Proposals (RFP) for dock repairs at Salem Maritime National Historical Park, identified as Solicitation No. 140P4325R0016. The main objective is to provide competent contractors with a detailed framework for bidding on a project involving significant lifecycle maintenance of a steel floating dock and related structures. Key elements include requirements for submitting a conforming offer, an itemized bid schedule, specifications for the physical work, and clauses related to inspections, contract administration, and special requirements for personnel. Contractors are expected to perform an array of tasks including repairs to steel docks and aluminum gangways, painting, and timber pier repairs, with clear guidelines on project execution timelines and quality monitoring processes. Notably, the document includes provisions ensuring compliance with federal regulations on contractor conduct, payment methods, and performance assessments. Emphasis is placed on utilizing sustainably sourced materials and ensuring worker safety. The RFP encapsulates the government's commitment to preserving historical sites while adhering to regulations and standards, fostering competitive proposals from qualified contractors.
    This document serves as an amendment to solicitation number 140P4325R0016, primarily extending the proposal submission deadline to June 20, 2025, for a project at the Boston National Historical Park. The period of performance for the project will extend from September 1, 2025, to May 1, 2026. Offerors must acknowledge receipt of the amendment by specified methods, ensuring any changes to previously submitted offers are communicated before the new deadline. The amendment reiterates that all prior terms and conditions remain unchanged, emphasizing the importance of adhering to submission protocols to avoid rejection. This succinctly encapsulates the administrative updates relevant to contractors involved in the bidding process for federal contracts, ensuring clarity and compliance within the government's procurement framework.
    This document is an amendment to the solicitation 140P4325R0016, aimed at extending the deadline for proposals to June 27, 2025. Key changes detailed in the amendment include the attachment of a Solicitation Q&A, CAD Files for the CW Dock Procurement, and a corrected Bid Schedule, which replaces the original schedule due to inaccuracies in dimensions. This solicitation and its amendments pertain to a project managed by the National Park Service, with a projected performance period running from September 1, 2025, to May 1, 2026. Offerors must acknowledge receipt of the amendment via specified methods to ensure their proposals are considered. The document reinforces the importance of compliance with these guidelines to avoid rejection of offers, maintaining standard procedures for federal procurement processes.
    The National Park Service is seeking proposals for construction work at the Salem Maritime National Historic Site in Salem, Massachusetts. The project involves improving safety and repairing the Central Wharf Dock and Boarding Facility, with an estimated cost between $250,000 and $500,000. Contractors are required to provide labor, supervision, materials, and equipment necessary for the repairs, including structural and non-structural work on the dock, cleaning and coating steel, and ensuring compliance with specific specifications outlined in multiple attachments. Key conditions include a commencement within 14 calendar days of the notice to proceed, a performance period of 242 calendar days, and the need to submit sealed offers. Additionally, the contract requires adherence to various federal regulations, including labor standards and environmental protections. Options for further modifications to the dock based on future sea level changes are included in the proposal. This solicitation underscores the government’s commitment to maintaining historical sites while enhancing safety and functionality through responsible contracting practices.
    Similar Opportunities
    Wareham Harbor Federal Navigation Project Dredging, Wareham, Massachusetts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is preparing to issue an Invitation for Bids for the Wareham Harbor Federal Navigation Project Dredging in Wareham, Massachusetts. This procurement is a Total Small Business Set-Aside, requiring qualified contractors to perform mechanical dredging of approximately 52,000 cubic yards of shoaled material over a 10.2-acre area, with an estimated construction cost between $1,000,000 and $5,000,000. The project is critical for maintaining a 2.4-mile long, 9-foot deep navigation channel, ensuring safe passage for vessels, and is expected to commence on July 1, 2026, with all work to be completed by December 31, 2026. Interested bidders should note that the solicitation documents will be available online around mid-November 2025, and inquiries can be directed to Heather Skorik at heather.skorik@usace.army.mil or by phone at 978-318-8040.
    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.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    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--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.