Z--Stabilize and Repair Blackstone House
ID: 140P6425B0012Type: Solicitation
Overview

Buyer

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

NAICS

Residential Remodelers (236118)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking contractors for the "Stabilize and Repair Blackstone House" project at Hopewell Culture National Historic Park in Bainbridge, Ohio. The project aims to address critical deficiencies in the Blackstone Main House, Smokehouse, and Milk House, ensuring their long-term preservation while adhering to the Secretary of the Interior's Standards for the Treatment of Historic Properties. This initiative is vital for maintaining the historical integrity of structures located on a UNESCO World Heritage Site, with an estimated contract value between $500,000 and $1 million. Interested parties must submit their offers by September 12, 2025, at 12 PM ET, and can contact Jarrod Brown at jarrod_brown@nps.gov or 330-468-2500 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document, likely a component of a federal government Request for Proposal (RFP) or a similar contract solicitation, outlines a series of line items for repair and restoration work on various structures, including the Blackstone House, Smokehouse, and Milk House. The document is structured into a 'TOTAL BASE PRICE' section (Contract Line Item Numbers 1-6) and an 'Additive Items' section (Contract Line Item Numbers 7-10), prioritized for potential inclusion. The base items encompass essential repairs such as roof replacement, stone foundation repair, masonry stabilization, woodwork repair, window and door protection, and sealing of smokehouse and milk house roofs. The additive items detail further enhancements, including the removal of cementitious coating and chimney repair on the main house, comprehensive masonry and mortar repairs for the smokehouse and milk house, and full repairs for the main house's front door, surround, and wood windows. Each item is listed with a quantity, unit of measure (Lump Sum), and a placeholder for the unit price and total price, indicating a comprehensive project scope for the restoration and maintenance of these historical structures.
    The document outlines the "Stabilize and Repair Blackstone House" project at Hopewell Culture National Historical Park, focusing on the exterior preservation of the Blackstone Main House, Smokehouse, and Milk House. The project addresses high-priority deficiencies to ensure the long-term preservation of the homestead. The scope of work for the main house includes roof replacement, new gutters and downspouts, masonry and wood repairs, new storm windows and doors, and chimney repairs. For the Smokehouse and Milk House, the work involves roof repairs, new gutters and downspouts, masonry repairs, and new secured plywood door opening covers. All work must adhere to the Secretary of the Interior's Standards for the Treatment of Historic Properties, specifically for rehabilitation. The document also details general construction requirements, safety protocols, and demolition guidelines, emphasizing the protection of the historic earthworks on which the structures are built. The contractor is responsible for verifying dimensions, coordinating submittals, and ensuring all work complies with federal, state, and local codes.
    The provided government file outlines a template for reporting on limitations on subcontracting, primarily for federal government RFPs, federal grants, and state/local RFPs. It details requirements for construction by special trade contractors, emphasizing compliance with subcontracting limitations under clause 52.219-14. The template focuses on tracking payments to Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS) against the total amount paid to the prime contractor. A key compliance threshold for construction by special trade contractors is that the percentage of the amount paid to SSS must be 75% or lower; if 75% or higher, the prime is not meeting the requirement. The document includes sections for reporting on individual task orders and a cumulative total for all task orders, providing a structured approach to ensure adherence to subcontracting regulations.
    The National Park Service (NPS) is conducting a market survey to evaluate contractor interest in a project to stabilize and repair the Blackstone House at Hopewell Culture National Historic Park, Ohio. This preliminary activity aims to identify potential contractors for the upcoming project, which includes critical repairs to various structures on-site, such as roof replacements, masonry work, and window and door replacements. The estimated construction costs are between $250,000 and $500,000, and work is anticipated to begin in late July 2025. Interested contractors must respond with their qualifications, including size status as a small business under specified socio-economic categories and must be registered in the System for Award Management (SAM) under NAICS code 236118. Submissions must provide detailed capability statements, bonding limits, and company information by May 1, 2025. This market survey does not constitute a solicitation and is part of the government's strategy to acquire information for planning purposes, with potential future contracts announced on SAM.gov.
    This document, Amendment #P0001 to Solicitation #140P6425B0012, addresses questions and answers regarding the "Stabilize Blackstone House – HOCU" project. It clarifies various aspects of the project, including site access limitations, the applicability of prevailing wage rates, and the handling of lead paint. The document specifies that equipment use and dumpster placement are restricted to the drive path as noted on the Site Plan (G002). It confirms that the project is subject to the Construction Wage Rate Requirements Statute and that a Wage Determination is attached to the solicitation. Questions about roof tear-off methods, decking replacement, ground protection, and brick replacement quantities are also addressed, often referencing specific construction documents like Sheet AX103, Keynote 02.13, and G002. The amendment also clarifies that there is no flooring replacement, no coating removal on exterior bricks of sheds, and no wood siding replacement on the porch. The main house roofing is to be replaced with 50-year asphalt shingles, while outbuildings will follow specifications on A400 and A500. Interior doors are not being worked on, and exterior door treatment follows 4/A005. Repointing of mortar joints is not a comprehensive rehabilitation but addresses priority deficiencies, with the extent to be determined from construction document elevations.
    The project involves the stabilization and repair of the Blackstone Main House, Smokehouse, and Milk House within the Hopewell Culture National Historical Park in Ohio. The primary objective is to address critical deficiencies threatening the long-term preservation of these historic structures, built atop ancient Hopewell Earthworks. Key work includes roof replacement, gutter and downspout installation, masonry and wood repairs, and new storm windows/doors for the Main House. The Smokehouse and Milk House will receive roof and masonry repairs, along with new secured plywood door covers. All work must adhere to the Secretary of the Interior's Standards for the Treatment of Historic Properties, specifically for rehabilitation. The project emphasizes careful demolition, material disposal at licensed landfills, and protection of the historic earthworks from disturbance. Lead-based paint abatement training is required for contractors. The project aims to restore the historical integrity and ensure the longevity of these culturally significant buildings.
    This government file outlines the project specifications for the stabilization and repair of the Blackstone House, Smokehouse, and Milk House within the Hopewell Culture National Historical Park in Bainbridge, OH. The project aims to address high-priority deficiencies threatening the long-term preservation of these historic structures, which are located on the Seip Earthworks, a designated UNESCO World Heritage Site. The scope of work includes roof replacement, gutter installation, masonry repair, wood repairs, window and door improvements, and chimney repairs. All work must adhere to the Secretary of the Interior's Standards for the Treatment of Historic Properties. The file details general requirements, historic treatment procedures, utility protection, site use, work hours, safety protocols, submittal procedures, and project closeout requirements. Special emphasis is placed on protecting historic and archaeological resources, with strict rules against ground disturbance by the contractor. The project has a performance period of 120 calendar days from the Notice to Proceed.
    This document is an amendment to Solicitation No. 140P6425B0012, dated August 8, 2025, concerning the "Stabilize and Repair Blackstone House project at Hopewell Culture National Historic Park." The amendment, effective September 2, 2025, serves to provide answers to questions from interested parties. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging it on their offer, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt prior to the specified hour and date may result in the rejection of offers. The solicitation and all amendments are available on SAM.gov, and offerors are instructed to complete SF Form 1442 and acknowledge SF 30.
    Amendment 0002 to Solicitation 140P6425B0012, issued by the NPS, MWR - Ohio MABO, amends the solicitation for the "Stabilize and Repair Blackstone House project" at Hopewell Culture National Historic Park. This amendment posts revised specifications and drawings to correct mislabeled line items and update shingle warranty requirements. The deadline for offers has been extended to September 12, 2025, at 12 PM ET. Offers must acknowledge this amendment via methods outlined in the document, and all solicitation documents are available on SAM.gov.
    This document, Amendment 0003 to Solicitation 140P6425B0012, announces an amendment to the Request for Proposal (RFP) for the "Stabilize and Repair Blackstone House project at Hopewell Culture National Historic Park." The primary purpose of this amendment is to post updated Questions and Answers for interested parties and to clarify errors found on Sheet S-501 of the project drawings. It explicitly states that the response date for offers remains unchanged as Friday, September 12, 2025, at 12 PM ET. Offerors are reminded to acknowledge receipt of this amendment by completing and returning copies of the SF Form 30 or by acknowledging its review in block #19 on the SF 1442. All solicitation documents and amendments can be retrieved from SAM.gov.
    The solicitation, Offer, and Award document (Solicitation No. 140P6425B0012) outlines the requirements for the exterior stabilization and repair of the Blackstone Main House, Smokehouse, and Milk House for the National Park Service. The project, estimated between $500,000 and $1,000,000, is a total small business set-aside and subject to the Construction Wage Rate Requirements Statute. The scope includes roof replacement, masonry repair, wood repairs, and new storm windows/doors for the Main House, and roof/masonry repairs with new plywood door covers for the Smokehouse and Milk House. A firm-fixed price contract will be awarded, with performance to begin within 10 calendar days of notice to proceed and completed within 180 calendar days. Bids are due by September 9, 2025, at 12:00 PM ET, and will be opened virtually. Contractors must be registered in SAM.gov and provide performance and payment bonds. The document details various FAR clauses, including those related to inspection, payment, labor standards, and contractor responsibilities, and specifies requirements for electronic invoicing via the IPP system.
    The Hopewell Culture National Historical Park is seeking a contractor for the "Stabilize and Repair Blackstone House" project at the Seip Earthworks Unit in Bainbridge, Ohio. This project focuses on the exterior stabilization and repair of the Blackstone Main House, Smokehouse, and Milk House to preserve the historic homestead. The scope includes roof replacement, gutter installation, masonry and wood repairs, window and door treatments, and chimney repairs. All work must adhere to the Secretary of the Interior's Standards for the Treatment of Historic Properties due to the site's historical significance and location on a UNESCO World Heritage Site. The project has a 180-calendar-day performance period. Strict protocols are in place for protecting historical and archaeological resources, existing utilities, and the surrounding landscape, including a ban on contractor ground disturbance. The contractor must provide an Accident Prevention Plan, comply with strict safety and environmental regulations, and manage waste responsibly. Key submittals include a Historic Preservation Treatment Plan and a detailed construction schedule. The document outlines specific contract line items for various repairs, including roof, foundation, masonry, woodwork, windows, and additive repairs for the chimneys and outbuildings.
    The National Park Service (NPS) - Denver Service Center (DSC) provides instructions and a template for a Submittal List with Review Estimate, primarily for construction services during the Construction Phase of projects like "STABILIZE AND REPAIR BLACKSTONE HOUSE" (PMIS Number: HOCU 239486). The document outlines responsibilities for the Design Architect/Engineer (A/E), Construction Contracting Officer Representative (COR), and Architect/Engineer (A/E) in managing and reviewing submittals. It distinguishes between "Action Submittals" (requiring government action) and "Informational Submittals" (for Construction Management Representative review only). The template is used to record construction submittal requirements, estimate the Architect/Engineer's review time for Action Submittals by discipline in whole or partial hours, and ultimately negotiate the submittal review portion of the A/E Construction Services task order based on hourly rates from an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The aim is to formalize the process of estimating and compensating for submittal review efforts, ensuring clear accountability and efficient project execution.
    The document, Amendment P0003 to Solicitation #140P6425B0012, addresses questions and answers regarding the "Stabilize Blackstone House – HOCU" project. This amendment clarifies various aspects of the project, including the use of equipment and vehicles, the applicability of prevailing wage rates, and the handling of lead paint. It provides specific instructions for roof tear-off methods, the amount of decking to be replaced, and ground protection during construction. The document also details the scope of work for flooring, brick replacement, exterior coating removal, siding replacement, and foundation repairs. Furthermore, it specifies roofing materials for the main house and outbuildings, clarifies work on interior and exterior doors, and provides guidance on the extent of mortar joint repointing. Finally, it clarifies the CLIN assignments for details on Sheet S-501.
    Lifecycle
    Similar Opportunities
    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.
    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.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Buyer not available
    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.
    IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    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.
    Rock Creek Park Little House Leasing Opportunity
    Buyer not available
    The National Park Service (NPS) is offering a leasing opportunity for the "Little House" located at 3131 Nebraska Ave NW, Washington, D.C., within Rock Creek Park. The property, which is available for long-term lease for business or residential use, includes a three-bedroom home with essential amenities and is situated in a 100-year flood zone. The selected lessee will be responsible for all repairs, maintenance, and improvements to the property, with a minimum fair market rent set at $6,500 per month and a potential lease term of up to 60 years. Interested parties should note that the proposal submission deadline is January 26, 2026, and can contact Gary Shipley at NPSNCRLeasing@nps.gov or by phone at 202-619-6391 for further details.
    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.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Buyer not available
    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 josephkirk@nps.gov or by phone at 605-574-0510.
    Preparation of National Park Service National Register of Historic Places Nomination 10-900 Form for the Sand Island Military Reservation located in Clatsop County, Oregon
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to prepare a National Park Service National Register of Historic Places Nomination Form (NPS 10-900) for the Sand Island Military Reservation located in Clatsop County, Oregon. The objective of this procurement is to evaluate the historical significance of the Sand Island Military Reservation and to prepare the necessary documentation for its eligibility for the National Register of Historic Places, as part of a mitigation effort outlined in a Memorandum of Agreement with the Oregon State Historic Preservation Office. This project is crucial for preserving cultural resources impacted by USACE projects in the region, and the selected contractor will be responsible for conducting background research, drafting nomination forms, and providing monthly progress reports over a performance period of 365 days. Proposals are due by December 8, 2025, at 2:00 PM PT, and interested parties should contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil for further information.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.