HPTC FABRICATE GRANITE STONES
ID: 140P2126Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Cut Stone and Stone Product Manufacturing (327991)

PSC

MEMORIALS; CEMETERIAL AND MORTUARY EQUIPMENT AND SUPPLIES (9930)

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 quotations for the fabrication and delivery of Carnelian Red Granite paving stones for the Franklin Delano Roosevelt Memorial in Washington, DC. The procurement is a 100% Total Small Business Set Aside under NAICS code 327991, requiring the contractor to provide all necessary labor, materials, equipment, and transportation to ensure the granite stones match existing ones in color, grain, veining, finish, and dimensions. This project is significant for maintaining the aesthetic integrity of a national memorial, and a granite sample must be approved prior to production, with delivery expected within 85 days after award. Interested vendors can contact Brian Thornton at brian_thornton@nps.gov or by phone at 240-220-8104 for further details, noting that the requirement is currently unfunded and contingent on the availability of funds.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, reference number 140P2126Q0016, is a Request for Quotation (RFQ) for the procurement of Carnelian Red Granite paving stones for the Franklin Delano Roosevelt Memorial in Washington, DC. Issued by the National Park Service, this procurement is a 100% Total Small Business Set Aside under NAICS code 327991 (Cut Stone and Stone Product Manufacturing) with a 500-employee size standard. The contractor will be responsible for furnishing all labor, materials, equipment, and transportation to fabricate and deliver the granite stones, which must precisely match existing ones in color, grain, veining, finish, and dimensions. A 1ft x 1ft granite sample is required for COR approval prior to production. Delivery is required 85 days after award and approved sample, to the FDR Memorial site. The document outlines detailed specifications for stone type, finish, dimensional requirements, quality, and delivery, as well as provisions for the rejection of non-conforming materials. It also incorporates numerous FAR clauses, including those related to business ethics, telecommunications equipment restrictions, labor standards, and payment via the Invoice Processing Platform (IPP). The requirement is currently unfunded, with an award contingent on fund availability.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    HPTC DOUG FIR CVG LUMBER PURCHASE
    Interior, Department Of The
    The Department of the Interior, through the National Park Service's Washington Contracting Office, is seeking quotations for the procurement of Clear Vertical Grain (CVG) Douglas Fir lumber, specifically for park bench fabrication. This opportunity is a 100% Total Small Business Set-Aside, requiring contractors to provide all necessary labor, materials, and transportation to deliver the lumber to the Brentwood Maintenance Facility in Washington, DC, within 45 days of contract award. The lumber is essential for maintaining park facilities and enhancing visitor experiences in national parks. Interested vendors should contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further details regarding the solicitation, reference number 140P2126Q0015.
    Red Rock and Aggregate Material for Fort Bliss National Cemetery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply bulk landscape materials, specifically Franklin Red Crushed Granite Rock and Aggregate Course Screening Grey Rock, for the Fort Bliss National Cemetery in El Paso, Texas. Contractors are required to provide all necessary materials, labor, supervision, transportation, and equipment to deliver these materials, with deliveries expected within five business days of order receipt. This procurement is significant for maintaining the cemetery's landscape and ensuring the quality of materials used, with a minimum guaranteed contract amount of $5,000 and a maximum aggregate value not exceeding $500,000 over the contract's duration, which includes a base period and four option years extending to January 31, 2031. Interested parties must submit their bids by January 15, 2026, and can direct inquiries to Contracting Officer Roberto Escobedo at roberto.escobedo@va.gov.
    The delivery of approximately 8000 yds. of ¾ minus
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations for the delivery of approximately 8,000 cubic yards of ¾ minus crushed rock for the Malheur National Wildlife Refuge, located in Oregon. The crushed rock must comply with Oregon state specifications for Harney County gravel roads and is intended for use in maintaining the refuge's infrastructure. The delivery period is set from April 1, 2026, to June 30, 2026, and contractors are required to submit invoices electronically while adhering to various FAR clauses. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
    Comfort Station Supplies
    Interior, Department Of The
    The National Park Service is seeking quotes for Comfort Station Supplies for the Munising Falls Comfort Station at Pictured Rocks National Lakeshore. This procurement, identified by solicitation number 140P6426Q0005, is set aside for Total Small Businesses under NAICS code 321113, and includes a variety of plumbing, electrical, and building materials essential for the project. The selected contractor will be required to deliver all materials within 90 calendar days after contract award, with quotes due by January 13, 2026, and questions accepted until January 5, 2026. Interested vendors must submit their proposals via email to Jarrod Brown at jarrodbrown@nps.gov, ensuring they are registered in the System for Award Management (SAM) and meet the small business size standards.
    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--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.
    Fort Bliss National Cemetery Landscape Materials, Indefinite Delivery Indefinite Quantities (IDIQ) -- 9620
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide bulk landscape materials for the Fort Bliss National Cemetery in El Paso, Texas, through an Indefinite Delivery Indefinite Quantities (IDIQ) contract. The contractor will be responsible for supplying Franklin Red Crushed Granite Rock and Aggregate Course materials, including all necessary labor, supervision, transportation, and equipment for delivery. This procurement is essential for maintaining the cemetery's landscape, ensuring a respectful and well-kept environment for veterans. The solicitation is expected to be released in two weeks, and interested parties must register in the System for Award Management (SAM) and monitor the website for updates and amendments. For further inquiries, contact Contracting Officer Roberto Escobedo at Roberto.Escobedo@va.gov.
    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.
    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.
    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.