Z--CHIMNEY REHABILITATION - GLACIER BAY AK
ID: 140P9725Q0055Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Finish Carpentry Contractors (238350)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)

Set Aside

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

    The National Park Service (NPS) is seeking quotations for a chimney rehabilitation project at Glacier Bay National Park in Alaska, specifically targeting staff housing units GBQ75, GBQ76, and GBQ77. The project aims to address chronic water intrusion and deterioration by replacing flashing, repairing framing, installing new roofing, and repainting the chimneys, with all work requiring air or marine access. This initiative is crucial for maintaining the safety and integrity of the park's infrastructure, with an estimated construction value between $25,000 and $100,000. Interested small business contractors must submit their quotes by September 15, 2025, and comply with federal labor standards, including the Davis-Bacon Act. For further inquiries, contact Ronald Bunch at ronald_bunch@nps.gov or call 907-201-7719.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Alaska's wage determination for building and heavy construction projects under the Davis-Bacon Act, including federal contracts subject to Executive Orders 14026 and 13658, which establish minimum wage requirements. For contracts starting on or after January 30, 2022, the minimum wage is set at $17.75, while previous contracts awarded between January 1, 2015, and January 29, 2022, mandate a rate of at least $13.30. The document details various crafts, their wage rates, and fringe benefits for different union classifications across multiple job types, such as carpenters, electricians, and laborers. It includes specific ancillary rules for contractors related to sick leave under other executive orders and outlines the process for appealing wage determination decisions. This document serves as a vital resource for contractors and workers, ensuring compliance with federal wage standards, which is crucial in evaluating and securing federally-funded construction contracts in Alaska. By detailing classifications, pay rates, and regulations, it facilitates adherence to prevailing wage laws in public construction projects.
    The National Park Service is seeking a contractor for the rehabilitation of chimneys at staff housing units GBQ75, GBQ76, and GBQ77 in Glacier Bay National Park, Gustavus, Alaska. The project addresses chronic water intrusion and deterioration due to faulty flashing. The contractor is responsible for all labor, materials, equipment, and supervision necessary to perform the work, which includes siding and roofing removal, framing repair, flashing installation, and repainting the chimneys. Safety protocols must comply with OSHA regulations, and the contractor must obtain all necessary permits and notifications for site support and access. Work operations are restricted to a defined schedule to minimize disturbance in a residential area, with provisions for daily cleanup. The anticipated project execution is from June 1 to October 1, 2025, with regular inspections and quality assurance to ensure adherence to contract requirements. The contractor must provide a warranty for work performed and maintain communication with the Contracting Officer for any changes or needs arising during the project. This RFP encapsulates the essential needs of Glacier Bay National Park in maintaining infrastructure resilience and safety while adhering to regulatory standards.
    This Statement of Work outlines the Glacier Bay National Park and Preserve's requirement for chimney rehabilitation on staff housing units GBQ75, GBQ76, and GBQ77 in Gustavus, Alaska. The project addresses water intrusion and deterioration by replacing flashing, repairing framing, installing new roofing, and painting, with all work requiring air or marine access. The contractor must be a licensed general contractor with experience in multi-story residential chimney repair, adhere to OSHA safety regulations, and provide all necessary labor, materials, equipment, and supervision. The period of performance is from June 1, 2025, to October 1, 2025, with specific submittal deadlines for schedules, work plans, safety plans, and material approvals. The National Park Service will provide site access but not construction camps, and the contractor is responsible for all permits, licenses, and cleanup. All work is subject to government quality assurance and a 12-month warranty.
    The document serves as an amendment to the Request for Quote (RFQ) 140P9725Q0055, issued by the National Park Service, Alaska Regional Office. The amendment reopens the RFQ effective June 30, 2025, and establishes a new closing date for submissions on July 21, 2025, at 1700 hours EDT. It emphasizes the necessity for contractors to acknowledge receipt of the amendment, outlining methods for doing so to avoid rejection of their offers. Furthermore, it specifies that the remaining terms and conditions of the original solicitation remain unchanged. This amendment is part of procedural compliance within federal contracting, ensuring transparency and adherence to procurement standards while allowing additional time for submissions. Compliance with the amendment is critical for contractors seeking to participate in the bid process.
    Amendment 02 for Solicitation 140P9725Q0055 re-opens the Request for Quote with a new closing date of September 15, 2025, at 1700 hours EDT. The amendment also revises specifications, including highlighted changes and pictures of chimneys requiring work. The estimated performance period for the work is now September 22, 2025, to May 31, 2026. All other terms and conditions of the original solicitation remain unchanged. This amendment is issued by the NPS, ARO - Alaska Regional Office in Anchorage, AK, and offers must acknowledge its receipt by one of the specified methods to avoid rejection.
    The National Park Service (NPS) is seeking quotations for a construction project titled "Rehabilitate Chimneys" at Glacier Bay National Park, Alaska. This Request for Quotation (RFQ) 140P9725Q0055, issued on May 19, 2025, is a Firm Fixed Price contract solely for Small Businesses. The project includes rehabilitation of chimneys at three specific buildings, with an estimated construction value between $25,000 and $100,000. The contract period is set from August 1, 2025, to September 30, 2025. Interested vendors must submit a detailed pricing schedule and documentation of their technical capability, including prior relevant experience and overall cost. The selection will follow a Lowest Price Technically Acceptable model. All vendors must be registered in the System for Award Management (SAM) at the time of submission, and their quotes must remain valid for a minimum of 60 days. Crucially, the solicitation emphasizes compliance with federal labor standards, including the Davis-Bacon Act. NPS will conduct a site visit, and all inquiries must be directed to the contracting officer, Ron Bunch. This RFQ demonstrates the government's commitment to maintaining safety and quality in public facilities while promoting small business engagement in federal projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    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.
    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.
    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--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--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    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.
    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--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--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.