BOSTON NHP - BUNKER HILL MONUMENT FENCE REPAIR
ID: 140P4325R0019Type: Solicitation
AwardedMay 8, 2025
$35.4K$35,363
AwardeeHarrco Industries LLC 9 WILLIAMS RD Sturbridge MA 01566 USA
Award #:140P4325C0005
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

ELECTRIC ARC WELDING EQUIPMENT (3431)

Set Aside

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

    The National Park Service, part of the Department of the Interior, is soliciting proposals for the repair of the historic cast iron fence surrounding the Bunker Hill Monument at Boston National Historical Park in Charlestown, Massachusetts. The project involves comprehensive welding repairs at approximately 19 identified locations to address deterioration caused by vandalism and wear, with the aim of enhancing safety and aesthetics ahead of the monument's 250th anniversary. The estimated contract value is less than $25,000, with work scheduled to take place from May 5 to May 23, 2025. Interested contractors must submit sealed bids and comply with federal wage determinations, with inquiries directed to Jason Albright at Jason_Albright@nps.gov or by phone at 617-519-6145.

    Point(s) of Contact
    Albright, Jason
    (617) 519-6145
    (760) 934-4780
    Jason_Albright@nps.gov
    Files
    Title
    Posted
    The United States Department of the Interior, through the National Park Service, issues a Statement of Work for welding repairs to the historic cast iron fence surrounding the Bunker Hill Monument, commemorating a pivotal Revolutionary War battle. The project aims to enhance safety and aesthetics ahead of the monument's 250th anniversary. Repairs are needed at approximately 19 identified locations, addressing deterioration from vandalism and wear. The contractor must comply with applicable laws, provide appropriate personal protective equipment, and coordinate site access with NPS. Work involves assessing current conditions, cleaning metal surfaces, and executing strong welds using suitable techniques based on cast iron or mild steel identification. The contractor is also tasked with replicating damaged or missing features, such as base ornaments and fence pickets, using molds. The project is scheduled from May 5 to May 23, 2025, under specific work hours and conditions, ensuring public safety and minimal disruption. The government will provide barriers and safety equipment but no tools. The completed work will be inspected by the Contracting Officer’s Representative, ensuring adherence to outlined standards and completion of high-quality repairs.
    The document outlines the General Decision Number MA20250001 regarding wage determinations for building construction projects in specified counties of Massachusetts. It details compliance with the Davis-Bacon Act, specifically referencing Executive Orders 14026 and 13658, which mandate minimum wage requirements based on contract dates. The stipulated wage rates, categorized by various job roles—including insulators, bricklayers, electricians, and laborers—are provided alongside the corresponding fringe benefits. Different zones within counties dictate varying pay scales for certain professions, emphasizing local economic factors. The document underscores contractor obligations toward fair labor practices, inclusive of paid sick leave provisions under Executive Order 13706. Furthermore, it includes a clear appeals process for any disputes regarding wage determinations, with instructions for engaging with the Wage and Hour Division. The purpose of this decision is to ensure that workers on federal contracts receive fair compensation and protections, aligning with federal employment standards and safeguarding labor rights.
    The document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b) regarding the definitization of equitable adjustments for change orders in construction contracts. It mandates federal agencies to describe their policies and procedures related to this process, as well as to provide data on the duration needed to finalize these adjustments. The information delegates responsibility to the agencies to ensure that they are transparent and systematic in handling changes during construction projects. For further details, the document directs readers to a specific webpage within the Department of the Interior's acquisition policy section. This guidance is essential as it encourages accountability and efficiency in the management of federal construction contracts, which is particularly important in the context of government RFPs and grants.
    The document pertains to Amendment 0001 for solicitation number 140P4325R0019 regarding the Bunker Hill Monument Fence Repair at Boston National Historical Park. Its primary purpose is to amend prior solicitation details by addressing contractor inquiries and scheduling a second pre-bid site visit on April 30, 2025. The notice emphasizes the importance of acknowledging receipt of this amendment in submitted offers, stating that failure to do so may result in rejection. Key responses included in the amendment clarify that all repair work must be painted, utilizing a zinc-rich primer and a specific oil-based finish. Additionally, the National Park Service (NPS) confirmed they will provide sufficient materials for reconstruction, including specifying the need for additional "x" style ornaments. The amendment also describes the availability of pattern blocks for casting required parts, aiding contractors in their fabrication efforts. Overall, this amendment details logistical updates and important specifications for contractors participating in the bidding process, ensuring compliance with requirements and clarification on project execution dates.
    The National Park Service, under solicitation number 140P4325R0019, issues a Request for Proposal (RFP) for construction services aimed at repairing the fence of the Bunker Hill Monument at the Boston National Historical Park in Charlestown, Massachusetts. The contract emphasizes the contractor's responsibility to provide all necessary materials, labor, and equipment, with the total estimated cost being less than $25,000. Performance is required between May 5, 2025, and May 23, 2025. Offers must be submitted in sealed bids, including compliance with the construction wage rate determination. The document outlines specific clauses for contract administration, performance standards, and inspection protocols. Key provisions also address payment processes, contractor obligations, and stipulations against using prohibited telecommunications equipment. Emphasizing government compliance, it details the importance of proper documentation and timely communication throughout the project. The solicitation invites qualified firms to participate, reinforcing the Park Service’s commitment to preservation and maintenance of historical sites while adhering to federal standards and regulations.
    Similar Opportunities
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, 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.
    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.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    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.
    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.
    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.
    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.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.