Z--NAVA-REPLACE CONCRETE HOUSES 6,5,4
ID: 140P1525R0007Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

PSC

REPAIR OR ALTERATION OF OTHER RESIDENTIAL BUILDINGS (Z2FZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 9:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of concrete at residential houses 6, 5, and 4 at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve residential structures within national parks, emphasizing the importance of quality construction services. Proposals are due by April 16, 2025, at 5:00 PM EDT, and interested parties must contact Jessica Owens at jessica_owens@nps.gov or 720-450-2184 for further inquiries, while a mandatory site visit is scheduled for April 7, 2025, at 10:00 AM MST.

Point(s) of Contact
Files
Title
Posted
Feb 25, 2025, 10:06 PM UTC
The National Park Service (NPS) has issued a market survey for contractors interested in a project involving the removal and replacement of concrete sidewalks and aprons at the Navajo National Monument in Arizona. The anticipated work involves demolishing and replacing approximately 204 square feet of concrete for three residential houses, with specific measures for reinforcement, coloring, and structure. The project is estimated to begin between late April and early May 2025, with a budget under $25,000, categorized under NAICS code 238110 for poured concrete foundation and structure contractors. Firms interested in participating must provide their company information, including size status under relevant socio-economic categories. A capability statement detailing the company's qualifications to undertake the outlined work is also required. Responses to the survey are due by 1200 EST on March 4, 2025, but interested parties will need to respond separately to any future solicitation releases posted on SAM.gov. This survey serves as a preliminary step for the NPS to gauge contractor interest and capabilities, not an official request for proposals. Overall, the document details the scope and expectations of the project while ensuring compliance with small business regulations and inviting contractor participation for potential future work.
Mar 27, 2025, 6:06 PM UTC
The document outlines an amendment to solicitation number 140P1525R0007, which is issued by the National Park Service (NPS) related to a contracting opportunity. The key purpose of this amendment is to inform potential contractors of an added site visit scheduled for April 7, 2025, at 10:00 AM MST, where interested parties can meet the Contracting Officer’s Representative (COR), Ryan Young. Questions regarding the site visit should be directed to him, while other inquiries related to the solicitation are to be submitted in writing by April 8, 2025, to the contracting officer Jessica Owens. Notably, the proposal submission deadline remains unchanged and is set for April 16, 2025, at 5:00 PM EDT. The document emphasizes the requirement for offerors to acknowledge receipt of this amendment correctly to avoid rejection of their bids, thus maintaining procedural integrity in the solicitation process. Overall, the document’s context concerns modifications in government contracting processes and compliance related to solicitations.
Mar 27, 2025, 6:06 PM UTC
The document is a solicitation for the construction project entitled "Replacement of Concrete at Residential Houses 6, 5, and 4" at the Navajo National Monument in Arizona, issued by the National Park Service (NPS). The proposal signifies a need for a contractor to provide labor, materials, supervision, and equipment necessary to execute the project, with a performance period running from April 30, 2025, to September 30, 2025. Offers are required by April 16, 2025, and must be submitted to the designated contracting officer, Jessica Owens. A mandatory requirement is that the companies must be registered as small businesses in the System for Award Management (SAM) and maintain an active status throughout the project. Key evaluation criteria for selection include price assessment, technical capability, and relevant prior experience that aligns with the project's demands. The document emphasizes compliance with various acquisition regulations, including the need for performance and payment bonds, and outlines instructions for bid preparation. The solicitation targets a 100% small business set-aside and includes specific provisions and clauses drawn from the Federal Acquisition Regulation (FAR) to ensure adherence to standards and legal requirements during the bidding and execution processes of the contract. This initiative represents government efforts to procure construction services effectively while supporting small business participation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment in accordance with federal regulations. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring they meet safety and operational standards. Proposals are due by April 16, 2025, at 5:00 PM EDT, with a mandatory site visit scheduled for April 7, 2025, at 10:00 AM MST. Interested parties should direct inquiries to Jessica Owens at jessicaowens@nps.gov or Ryan Young at ryanyoung@nps.gov.
FORT BOWIE NATIONAL HISTORICAL SITE (FOBO) REQUIRE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for a construction project at the Fort Bowie National Historical Site in Bowie, Arizona. The project involves the repair of exterior finishes on administrative buildings, including work on siding, doors, and windows, as outlined in the attached scope of work. This initiative is crucial for maintaining the infrastructure of the historical site while ensuring compliance with federal safety and environmental regulations. Interested contractors must submit their quotes electronically by May 9, 2025, following a site visit scheduled for April 28, 2025, and are required to provide performance and payment bonds as part of their proposal. For further inquiries, contractors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
SALINAS PUEBLO MISSIONS (SAPU) REQUIRES THE REPLAC
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for a construction project to replace the flooring in Mission 66 at the Salinas Pueblo Missions in Mountainair, New Mexico. The project requires contractors to provide all necessary labor, materials, and supervision in accordance with the attached scope of work and specifications. This procurement is significant as it aims to maintain and enhance the historical integrity of the site, ensuring compliance with safety and labor standards throughout the project. Interested parties must submit their quotes by May 8, 2025, and direct any inquiries to Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294, with a mandatory performance period set from May 12, 2025, to July 25, 2025.
Z--PETE 247478 Industry Feedback Day Introduction Ses
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking industry feedback for a project aimed at stabilizing approximately 1,900 linear feet of bluff at Grants Headquarters/City Point in Hopewell, Virginia. This initiative is critical for preserving the site's significant historical, cultural, archaeological, and natural resources, and includes improvements to recreational access and infrastructure. The NPS invites both large and small contractors to participate in a Virtual Industry Day on March 27, 2025, and an In-Person Site Visit on April 3, 2025, to provide insights that will inform the project's development and acquisition strategy. Interested parties must register by March 20, 2025, and submit their feedback by April 10, 2025, to Marc Nguyen at marcnguyen@nps.gov or by phone at 720-448-1166.
Z--REPLACE SHINGLES ON 2 HISTORIC HOUSES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking proposals for the replacement of wood shingles on two historic buildings located at the Herbert Hoover National Historic Site in West Branch, Iowa. The project requires contractors to provide all necessary labor, materials, tools, and equipment to complete the roofing work, with a contract value estimated between $100,000 and $250,000. This opportunity is significant as it involves the preservation of historic structures, and the contract is set aside 100% for Total Small Businesses, with evaluations based on technical merit, past performance, and price. Interested contractors should note that the solicitation will be publicly available in late April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for award; for further inquiries, contact Joseph Bac at josephbac@nps.gov or 402-800-8733.
Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument and Preserve in Arco, Idaho. The project involves significant renovations to a historic 4,000 square foot Utility Building and the construction of a new 1,600 square foot Snow Equipment Building, focusing on upgrades to electrical, plumbing, HVAC, and fire suppression systems while adhering to historic preservation standards. This initiative is crucial for enhancing park infrastructure and operational capacity, ensuring compliance with federal regulations and environmental stewardship. Interested contractors should note that the estimated construction cost ranges from $1,000,000 to $5,000,000, with proposals due by April 14, 2025. For further inquiries, contact Paula Teague at paulateague@nps.gov.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation Number 140P2025R0015. The project involves significant construction efforts, including the installation of a new dry-pipe fire suppression system, construction of a new maintenance building, and various utility improvements, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by the specified deadline and can contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.
Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a pre-solicitation notice for a Request for Proposal (RFP) focused on repairing the earthen roof structure of Fort Tompkins at the Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to enhance the roof's water-repelling capabilities to address ongoing water infiltration issues that have caused damage to the masonry. This project is significant for preserving the structural integrity of the historic site, and it will be executed as a firm fixed-price contract under NAICS code 238190, with a small business size standard of $19 million and an estimated project cost between $1 million and $5 million. Interested contractors must register in the SAM system to participate, and the RFP is expected to be released by April 14, 2025, with a project duration of 365 days from the Notice to Proceed. For inquiries, contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
PAINT EXTERIOR OF VISITOR CENTER
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for a federal contract to repaint the exterior of the Visitor Center at the Ulysses S. Grant National Historic Site in St. Louis, Missouri. The project involves extensive preparation work, including scraping or sanding existing paint, patching damages, and applying at least two coats of new paint, with specific color requirements aimed at preserving the site's historical integrity. This initiative underscores the government's commitment to maintaining historic sites while promoting small business participation in federal contracting, with a firm fixed-price contract anticipated to be awarded for the work. Interested contractors should note that a site visit is scheduled, and all bids must be submitted by the specified deadline, with project completion required within 60 calendar days post-approval. For further inquiries, potential bidders can contact Kimberley Greist at kimgreist@nps.gov or by phone at 202-897-7403.
Door Maintenance & Repair- Gateway Arch NP
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide door maintenance and repair services at Gateway Arch National Park in Missouri. The procurement aims to ensure the preservation and functionality of doors at this historical site, requiring contractors to supply all necessary materials, labor, and supervision to complete the work within the specified performance period from April 21, 2025, to May 21, 2025. This opportunity is particularly significant as it supports the maintenance of national landmarks while promoting participation from small businesses through a total small business set-aside. Interested bidders must submit their quotations by April 16, 2025, via email to the designated Contracting Officer, Rebecca Myers, at rebeccamyers@nps.gov.