PIPE - REHAB VISITOR CENTER RESTROOMS
ID: 140P6326Q0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting bids for the rehabilitation of visitor center restrooms at Pipestone National Monument in Minnesota. The project aims to renovate existing facilities to ensure compliance with the Architectural Barriers Act, converting them into two single-user restrooms while maintaining public access during construction. This contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with a completion timeline of 120 calendar days from the notice to proceed. Interested contractors must acknowledge receipt of the solicitation amendment, submit their bids by the specified deadline, and direct any inquiries to Joseph Kirk at joseph_kirk@nps.gov or by phone at 605-574-0510.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for the Pipestone National Monument Rehab VC Restrooms project (PMIS 237373) in Pipestone, MN. The project involves renovating Visitor Center restrooms to meet ABA compliance, converting them into two single-user facilities. Work includes demolition, rough carpentry, and the installation of new finishes, plumbing, and HVAC systems. The contract requires completion within 120 calendar days from the Notice to Proceed. Key provisions emphasize preserving historical and archaeological resources, protecting existing utilities and landscaping, and maintaining public access to the Visitor Center during construction. Contractors must adhere to strict safety protocols, including an Accident Prevention Plan and noise management. Submittals for materials, schedules, and various plans (e.g., Waste Management, Quality Control) are mandatory. The document also details procedures for project closeout, including final inspections, punch lists, and warranty requirements. This comprehensive RFP ensures the project meets National Park Service standards and regulatory compliance.
    The National Park Service (NPS) Denver Service Center (DSC) has issued instructions and a template for a Submittal List with Review Estimate, specifically for the "Rehab Visitor Center Restrooms" project (PMIS Number: PIPE 237373). This document outlines the process for managing construction submittals during both the Design Services (Construction Documents Phase) and Construction Services (Construction Phase). It details the responsibilities of the Design Architect/Engineer (A/E), Construction Contracting Officer Representative (COR), and Architect/Engineer (A/E) in recording, reviewing, and estimating the time required for submittal reviews. The template categorizes submittals as either "Informational" (reviewed by the Construction Management Representative) or "Action" (requiring Government responsive action and A/E review time estimates). The file includes a comprehensive list of required submittals, ranging from general construction administration documents like accident prevention plans and construction schedules to specific material and system data, such as structural panels, insulation, doors, hardware, finishes, and various plumbing and HVAC components. This structured approach aims to facilitate negotiation of submittal review costs and ensure proper documentation and approval throughout the project.
    This document is an Experience Questionnaire designed for contractors bidding on government projects, likely related to federal RFPs, grants, or state/local RFPs. It collects detailed information about a contractor's business, experience, financial standing, and project capabilities. Key sections include company details, years of experience in the field and as a prime contractor, a list of wastewater projects completed in the last five years, and current contract commitments. The questionnaire also probes into past performance issues, such as failure to complete work or work completed by performance bond. It requests information on the organization's available employees and equipment for the proposed project, as well as the experience of principal individuals. Financial responsibility can be demonstrated through a letter from a financial institution. The form concludes with a certification statement, ensuring the accuracy of the provided information and authorizing references to verify capabilities for performing projects for entities like the National Park Service.
    This government file, General Decision Number MN20250085, issued on June 13, 2025, sets prevailing wage rates for building construction projects in Pipestone County, Minnesota. It details labor classifications and associated wage and fringe benefit rates, explicitly excluding single-family homes and apartments up to four stories. The document highlights compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts, specifying minimum wage requirements based on contract award dates. It also outlines the appeals process for wage determinations and provides identifiers for union, union average, survey, and state-adopted wage rates.
    The government file details an "Alteration - Level 2" project for restrooms at the Pipestone National Monument, aiming to increase accessibility without changing occupancy. The project adheres to the 2024 International Building Code, Existing Building Code, Mechanical Code, Plumbing Code, Fire Code, Energy Conservation Code, 2015 Architectural Barriers Act, and the 2023 NFPA 70 National Electric Code. Key aspects include maintaining and modifying the existing fire alarm system, ensuring new electrical work complies with NFPA 70-2023, and meeting 2024 IMC ventilation requirements. The building, classified as Type V-B construction with mixed-use occupancy (A-3, B), slightly exceeds the allowable area but is not required to meet new area requirements. The file provides detailed architectural plans, wall type schedules, room finish schedules, toilet accessory schedules, and lighting/electrical layouts, including fixture counts for various occupancy types. This renovation focuses on critical infrastructure upgrades and accessibility improvements within strict regulatory frameworks.
    Amendment 0001 to solicitation 140P6326Q0001, issued by the DOI, NPS, MWR - NEKOTA MABO in Rapid City, SD, on November 17, 2025, primarily serves to add five solicitation attachments to SAM.GOV. This amendment clarifies that offers must acknowledge its receipt by completing and returning copies of the amendment, acknowledging it on the offer, or through a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may lead to rejection of the offer. No other changes are made to the solicitation. Questions regarding this amendment should be directed to contracting officer Joseph Kirk.
    This document is a Request for Quote (RFQ) for the "Remodel Visitor Center Bathrooms" project at Pipestone National Monument. The project involves selective demolition, wood-framing, plumbing, electrical, and interior finishes, with an estimated magnitude of $100,000 to $250,000. It is a 100% Total Small Business set-aside, requiring performance and payment bonds. The contractor must commence work within 10 days of receiving the notice to proceed and complete it within 120 calendar days. A site visit is highly encouraged on December 3rd, 2025, and all questions must be submitted in writing via email by December 18th, 2025. The successful offeror must be registered in the System for Award Management (SAM) and submit invoices electronically via the Invoice Processing Platform (IPP).
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    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--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    Y--Beach Access Upgrades
    Buyer not available
    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.
    Gull Lake Self-Contained Flush Vault Restroom
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is planning to solicit bids for the Gull Lake Self-Contained Flush Vault Restroom project in Brainerd, Minnesota. This project entails the removal and disposal of an existing vault toilet building and the installation of a new prefabricated, pre-cast concrete, self-contained flush vault restroom along with its associated vault. The contract, which is set aside for small businesses, is valued between $250,000 and $500,000 and will be awarded as a firm fixed-price contract through an Invitation for Bid (IFB) process. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    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--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    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.
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets, addressing significant health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, as the existing toilets include composting, vault, and flush toilets that are no longer adequate. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, specifically 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) agreement, with a completion timeline of 390 calendar days and provisions for liquidated damages for delays. Interested contractors should contact Edwin Berry at edwinberry@contractor.nps.gov or 303-969-2288 for further details, and must acknowledge receipt of the solicitation amendment by the specified deadline to avoid rejection.