Y--Beach Access Upgrades
ID: 140P6425B0007Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)SAGAMORE HILLS, OH, 44067, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking contractor interest for beach access upgrades at Apostle Islands National Lakeshore in Wisconsin. The project entails the removal of existing structures, including a staircase and parking lot, and the installation of new beach access features such as a pathway, staircase, and retaining walls, with an estimated budget ranging from $500,000 to $750,000, scheduled to commence in May 2025. This initiative is crucial for enhancing visitor access and safety at the park, and interested prime contractors must meet the small business size standard of $45 million while providing relevant business qualifications and socio-economic certifications. Responses to the market survey are due by February 19, 2024, and all inquiries should be directed to Craig Bryant at Craig_Bryant@nps.gov or by phone at 440-717-3706.

    Point(s) of Contact
    Bryant, Craig
    (440) 717-3706
    (907) 443-6139
    Craig_Bryant@nps.gov
    Files
    Title
    Posted
    The National Park Service (NPS) is soliciting contractor interest for potential upgrades at Apostle Islands National Lakeshore in Wisconsin, specifically focused on beach access improvements. The project involves the removal of existing structures including a staircase and parking lot, and the installation of new beach access features such as a pathway, staircase, and retaining walls, with an anticipated budget between $500,000 and $750,000, scheduled to begin in May 2025. Interested prime contractors must adhere to the small business size standard of $45 million and provide a range of information including their business qualifications, bonding limits, and socio-economic certifications. Responses to this market survey, which is not a formal bid or proposal request, are due by February 19, 2024. All correspondence should be directed to the Contracting Officer via the specified email, including the reference number for tracking. This survey aims to gauge the contractor landscape and their capabilities for the project, shaping the NPS's acquisition strategy for future solicitations.
    Lifecycle
    Title
    Type
    Y--Beach Access Upgrades
    Currently viewing
    Sources Sought
    Similar Opportunities
    REPAIR WEST PARKING LOT - UMESC
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to repair the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center (UMESC) in La Crosse, Wisconsin. The project involves filling cracks, seal coating, and re-striping approximately 37,000 square feet of deteriorated pavement, with specific requirements for compliance with federal, state, and local codes, as well as coordination with USGS personnel to minimize disruption to ongoing research activities. This repair work is crucial for maintaining safe and accessible facilities for visitors and staff, ensuring adherence to the 2015 International Building Code and National Asphalt Pavement Association guidelines. Interested small businesses must submit proposals within the budget range of $25,000 to $100,000, with a completion timeline of 60 days post-notice to proceed; for further inquiries, contact Travis Herberholz at therberholz@usgs.gov.
    Gulf Islands National Seashore
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the Gulf Islands National Seashore Project MS NP GUIS 15(4) in Jackson County, Mississippi. The project entails the construction of paved shoulders, boardwalks, and the replacement of culverts and guardrails, with an estimated total cost ranging from $5,000,000 to $10,000,000. This initiative is crucial for enhancing infrastructure and accessibility within the national seashore area. Bid documents are anticipated to be available around February 17, 2025, and interested parties should register in the System for Award Management (SAM) to submit offers and receive payments. For inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
    YOSE REPLACE WELCOME CENTER ENTRY DOORS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotes for the replacement of entry doors at the Yosemite Valley Welcome Center in Yosemite National Park. The project involves the demolition of existing glass doors and the installation of new aluminum storefront doors, including modifications to power assist systems and electrical controls, all while minimizing disruption to public access. This initiative is part of the government's commitment to enhancing park facilities, with an estimated project value between $25,000 and $100,000, and a performance period of 60 days following the notice to proceed. Interested small businesses must submit their quotes by March 5, 2025, and direct any questions to the contracting officer, Brian Roppolo, at brianroppolo@nps.gov or by phone at 206-220-4215.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    Z--CONSTRUCTION, SERVICE, CROSSWALK LINE STRIPING, NATIONAL MALL AND MEMORIAL PARKS
    Buyer not available
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price contract focused on crosswalk line striping at the National Mall and Memorial Parks. The project aims to enhance pedestrian, motorist, and cyclist visibility by applying approved thermoplastic materials to designated crosswalks. This procurement is significant for maintaining safety and accessibility in one of the nation's most visited public spaces. The RFP is expected to be released around February 18, 2025, with a submission window of 30 days, and the estimated project cost ranges from $25,000 to $100,000. Interested contractors must have an active vendor record in SAM.gov and are encouraged to contact Christian Sanabria at ChristianSanabria@nps.gov or 470-819-0953 for further information.
    GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive preservation work on asphalt roads and parking lots within the George Washington Memorial Parkway across Maryland and Virginia. The project aims to enhance infrastructure through tasks such as seal coating, milling, overlaying, and crack sealing, while adhering to strict environmental and safety protocols to minimize public disruption and protect historical resources. With an estimated contract value exceeding $10 million, this Small Business set-aside opportunity requires contractors to submit sealed proposals by the specified deadlines, with a performance period from March 21, 2025, to May 11, 2026. Interested parties can contact Zaira Lupidi at zairalupidi@nps.gov for further information.
    Y--Saint Gaudens National Historical Park - REPAIR FOUNDATION AT BMD MILL
    Buyer not available
    The National Park Service is preparing to issue a Request for Proposal (RFP) for construction work at Saint Gaudens National Historical Park in Cornish, New Hampshire, specifically focused on repairing the foundation of the Blow-Me-Down Mill and conducting additional masonry repairs. This project is significant for preserving the historical integrity of the mill structure, which is vital to the park's heritage. The estimated contract value ranges from $500,000 to $1,000,000, with a firm-fixed price contract type, and it is exclusively set aside for small businesses under NAICS Code 236220. Interested contractors should note that the solicitation is expected to be published around February 3, 2025, and they must contact Contract Specialist Samuel McKenzie at samuelmckenzie@nps.gov for further inquiries.
    Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking interested businesses for a project to repair the earthen roof structure of Fort Tompkins located at Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to address ongoing water infiltration issues affecting the roof and masonry, with an estimated construction budget ranging from $1 million to $5 million. This project is crucial for preserving the structural integrity and historical significance of the site. Interested firms, both large and small, are encouraged to submit their company details, business classification, and capability statements by February 27, 2025, to assist in the market research process. For further inquiries, contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
    Y--FODO 253278 - Rehabilitate the Visitor Center
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. The project aims to complete existing work, repair previously installed elements, and construct a new two-story addition that will include an elevator and an interpretive center, with an estimated construction cost between $1-5 million. This rehabilitation is crucial for enhancing visitor experience while ensuring the park remains accessible during construction, which is expected to take 365 days. Interested businesses must submit their qualifications, bonding capacity, and prior experience by 5 PM EST on March 3, 2025, to John Babcock at johnbabcock@nps.gov, as part of the preliminary market research to inform the NPS's acquisition strategy.
    S--SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide septic pumping services through a Blanket Purchase Agreement (BPA) for the St. Croix National Scenic Riverway. The procurement aims to ensure sanitary conditions by managing the pumping and disposal of waste from various septic facilities located in rural areas of Wisconsin and Minnesota, with services required from May 1, 2025, to April 30, 2030, and a total budget of $45,000. This initiative is critical for maintaining environmental compliance and public safety within national scenic areas, emphasizing the importance of efficient service delivery in remote locations. Interested contractors must submit their proposals by 11:00 AM CST on February 19, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.