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
    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 located at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period scheduled from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve infrastructure within national parks, emphasizing compliance with environmental and tribal regulations. Proposals are due by May 8, 2025, at 1700 EDT, and interested parties should contact Jessica Owens at jessica_owens@nps.gov or 720-450-2184 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    The document outlines Amendment 002 for solicitation number 140P1525R0007, issued by the National Park Service (NPS) for an unspecified project. The amendment serves primarily to extend the proposal submission deadline to April 28, 2025, at 1700 EDT, allowing bidders additional time to incorporate previously addressed questions. This change is documented in Item 14 and clarifies that no further questions will be accepted at this stage. Contractors must acknowledge receipt of the amendment and may alter their offers accordingly, ensuring all communications reference the solicitation and amendment numbers. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. This document is a typical example of government RFP management, demonstrating necessary procedural adjustments to enhance bidder participation and compliance with federal contracting guidelines.
    The document is an amendment related to solicitation number 140P1525R0007, issued by the National Park Service (NPS) for a contract or grant process. The primary purpose of this amendment, specifically amendment 003, is to provide additional questions and answers relevant to the solicitation and to extend the deadline for proposals until May 1, 2025, at 1700 EDT. Critical instructions are provided for bidders to acknowledge receipt of the amendment in their submissions. The amendment emphasizes that no further questions will be accepted at this time, and all other terms and conditions of the original solicitation remain unchanged. This document reflects standard procedures in government contracting and grant processes, ensuring that potential contractors have access to necessary information while also adhering to strict deadlines and compliance requirements.
    The government File 140P1525R0007 pertains to an amendment for a contract solicitation regarding the removal and replacement of concrete and apron houses at the Navajo National Monument. The purpose of Amendment 004 is to include questions and answers received during the bidding process and to extend the proposal submission deadline to May 8, 2025, at 1700 EDT. Key clarifications from the amendment specify that no additional questions will be accepted, and all original terms and conditions remain unchanged. The document addresses multiple bidders' queries, confirming that this is a new requirement with no existing incumbent, and detailing stipulations regarding project compliance with different environmental and tribal regulations, primarily focusing on construction standards, potential fees, and the responsibilities of contractors. It emphasizes that contractors must verify with local authorities for any additional requirements related to tribal regulations, water supply, and adherence to environmental standards. Overall, the file outlines crucial revisions to the solicitation, ensuring potential contractors are informed about amendments to requirements and compliance regulations necessary for the successful execution of the upcoming contract.
    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
    Similar Opportunities
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--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--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    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--NGWSP INTAKE & RIVER PUMPING PLANT
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the construction of the Intake & River Pumping Plant as part of the Navajo-Gallup Water Supply Project in New Mexico. This project involves the construction of a new pumping plant, including sitework, steel manifold piping, a metal building system, concrete structures, vertical turbine pumping units, and associated electrical and SCADA systems, along with the demolition of the existing plant and modifications to the existing channel. The project is significant for enhancing water supply infrastructure and ensuring efficient water management in the region. Proposals are due by December 19, 2025, with an anticipated award date of March 20, 2026, and a performance period extending from April 3, 2026, to October 20, 2028. Interested contractors can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    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.
    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.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.