Z--SACN - Repair Rehab Lower District Maintenance Shop
ID: 140P6025B0005Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MIDWEST REGION(60000)OMAHA, NE, 68102, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 5:00 PM UTC
Description

The National Park Service (NPS) is seeking qualified contractors for the repair and rehabilitation of the Lower District Maintenance Shop at St. Croix National Scenic Riverway. The project entails extensive exterior and interior renovations, including the removal and replacement of steel siding, roofing, insulation, windows, doors, and HVAC systems, with optional interior upgrades for administrative spaces and restroom facilities. This initiative is crucial for maintaining the operational integrity of the maintenance facility, with a projected construction cost between $250,000 and $500,000, falling under NAICS code 236220 for commercial and institutional building construction. Interested small businesses must respond to the market survey by April 10, 2025, via email to Bridget Parizek at bridget_parizek@nps.gov, including the reference number 140P6025B0005 in the subject line.

Point(s) of Contact
Parizek, Bridget
(402) 800-7927
(580) 622-2296
Bridget_Parizek@nps.gov
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The National Park Service (NPS) is conducting a market survey to assess contractor interest and capabilities for a project aimed at renovating the Lower District Maintenance Shop at St. Croix National Scenic Riverway (Reference 140P6025B0005). The project involves extensive repairs, including the removal and replacement of exterior steel, siding, roofing, insulation, windows, doors, and HVAC systems. Additional interior renovations are optional, focusing on administrative offices and restroom facilities. Work is anticipated to commence in Summer 2025, with a projected construction cost between $250,000 and $500,000, falling under NAICS code 236220 for commercial and institutional building construction. Contractors expressing interest must be registered as small businesses in SAM, providing specific information about their firm, bonding capacities, and relevant SBA certifications. This inquiry serves as preliminary research and does not constitute a solicitation or invitation for bid, with future solicitation details to be announced separately on SAM.gov. Interested parties must submit their responses via email by April 10, 2025, with the reference number included in the subject line.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Repair Bow Creek Fence
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified contractors to repair and replace segments of the Bow Creek Fence at the Missouri National Recreational River Headquarters in Yankton, South Dakota. The project involves removing downed vegetation, repairing existing fencing, and installing new treated wood posts and H-braces to ensure the fence meets acceptable standards and prevents cattle access during repairs. This initiative is crucial for maintaining park boundaries and ensuring public safety within national recreational areas. The estimated contract value ranges from $25,000 to $100,000, with a firm-fixed price contract set aside exclusively for small businesses. Interested contractors must contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details and are required to register in the System for Award Management (SAM) prior to bidding. The project timeline stipulates completion within 120 days from the Notice to Proceed.
Beach Access Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, Wisconsin. The project involves the removal of existing structures and the installation of new facilities, including a parking area, pathway, staircase, and retaining walls, aimed at enhancing visitor access and promoting ecological restoration. This initiative is particularly significant as it aligns with federal mandates for accessibility and environmental preservation, ensuring that facilities are accessible to all visitors while maintaining the natural landscape. The estimated contract value ranges from $500,000 to $750,000, with a total small business set-aside, and bids must be submitted electronically by the specified deadline. Interested contractors can contact Craig D. Bryant at craigbryant@nps.gov or call 440-717-3706 for further details.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 28, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Z--REPLACE SHINGLES ON 2 HISTORIC HOUSES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking proposals for the replacement of wood shingles on two historic buildings located at the Herbert Hoover National Historic Site in West Branch, Iowa. The project requires contractors to provide all necessary labor, materials, tools, and equipment to complete the roofing work, with a contract value estimated between $100,000 and $250,000. This opportunity is significant as it involves the preservation of historic structures, and the contract is set aside 100% for Total Small Businesses, with evaluations based on technical merit, past performance, and price. Interested contractors should note that the solicitation will be publicly available in late April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for award; for further inquiries, contact Joseph Bac at josephbac@nps.gov or 402-800-8733.
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.
H--Door Maintenance & Repair- Gateway Arch NP
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide door maintenance and repair services at Gateway Arch National Park in Missouri, under solicitation number 140P1525Q0059. The procurement aims to ensure the preservation and functionality of doors at this historical site, with a contract period scheduled from April 21, 2025, to May 21, 2025. This opportunity is set aside for small businesses, emphasizing the importance of engaging smaller firms in federal contracting efforts. Interested bidders must submit their quotations by April 23, 2025, at 12:00 PM Mountain Time, and can contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work and making significant renovations, including repairing utility systems, replacing the roof, and constructing a new two-story addition to enhance accessibility and visitor engagement. The Visitor Center, classified as a historic resource, will be closed during renovations, although the park will remain open to the public. Interested businesses, both large and small, must submit their qualifications, bonding capacity, and relevant experience by April 22, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research for this competitive acquisition process.
Z--LYJO, Rehab Birthplace Restrooms
Buyer not available
The National Park Service (NPS) is seeking contractors for the rehabilitation of visitor restrooms at the Lyndon B Johnson National Historical Park in Gillespie County, Texas. The project involves interior improvements, including selective demolition, replacement of deteriorated structures, redesigning layouts, and upgrading plumbing, electrical, and HVAC systems, with optional tasks such as exterior painting and electrical component replacement. This initiative is crucial for enhancing visitor facilities and ensuring compliance with modern standards, with an estimated project budget ranging from $250,000 to $500,000. Interested contractors must submit their capability statements and firm details by April 21, 2025, to Nicholas M. Murray at nicholasmmurray@nps.gov, referencing the project number 140P6025B0006.
Y--REHAB PINE ISLAND HOUSING UNIT 124
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a Request for Proposal (RFP) for the rehabilitation of Pine Island Housing Unit 124 located in Everglades National Park, Homestead, Florida. The project entails significant upgrades, including the replacement of electrical, plumbing, and HVAC systems, roof replacement, and interior renovations in various areas of the housing unit. This procurement is particularly important as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236118, with an estimated contract value ranging from $250,000 to $500,000. Interested vendors must register on SAM.gov, attend a scheduled site visit, and monitor the platform for updates, as the official solicitation is expected to be released around June 1, 2025, with proposals due approximately 30 days thereafter. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
Z--GATE-REHAB ROOFS-BLDG 40
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to solicit proposals for the rehabilitation of roofs at Building 40, located in the Sandy Hook Unit of the Gateway National Recreation Area in Fort Hancock, New Jersey. The project involves comprehensive repair work, including debris removal, wood floor repair, roof sheathing and framing inspection, and replacement of roofing materials, all in compliance with the Secretary of the Interior Standards for the Treatment of Historic Properties. This opportunity is set aside for small businesses under NAICS code 238160, with an estimated contract value between $1 million and $5 million, and proposals are expected to be due approximately 30 days after the solicitation is issued on or about May 30, 2025. Interested contractors should ensure they are registered in the System for Award Management (SAM) and may contact Roselyn Sessoms at RoselynSessoms@nps.gov for further information.