Z--SACN - Repair Rehab Lower District Maintenance Shop
ID: 140P6025B0005Type: Presolicitation
AwardedJul 18, 2025
$577.5K$577,536
AwardeeRUSTY BUCKET CONSTRUCTION LLC 614 E OVINGTON ST Lancaster CA 93535 USA
Award #:140P6025C0005
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
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the repair and rehabilitation of the Lower District Maintenance Shop at the Saint Croix National Scenic Riverway in Wisconsin. The project aims to renovate the facility, originally established in 1979, addressing its deteriorating conditions while preserving its historical integrity. Key tasks include replacing siding, roofing, insulation, HVAC systems, and updating energy-efficient lighting, with a total project cost estimated between $250,000 and $500,000 and a performance period of 120 days post-award. Interested small businesses must submit their bids by July 1, 2025, at 10 AM CT, and can direct inquiries to Bridget Parizek at Bridget_Parizek@nps.gov or by phone at 402-800-7927.

    Point(s) of Contact
    Parizek, Bridget
    (402) 800-7927
    (580) 622-2296
    Bridget_Parizek@nps.gov
    Files
    Title
    Posted
    The St. Croix National Scenic Riverway project focuses on rehabilitating the Lower District Maintenance Shop, originally established in 1979. The initiative aims to address the building's deteriorating conditions by renovating both its exterior and interior without significantly disrupting its function. Key tasks include removing old steel siding, roofing, and insulation, followed by installing new insulated materials, HVAC systems, and updated energy-efficient lighting. The contractor will also replace windows, doors, and heating units while evaluating existing structural integrity. Additionally, the project outlines options for remodeling administrative spaces, including renovations to restrooms and breakrooms to enhance functionality and aesthetics. Importantly, all work must preserve the site's historical integrity and comply with relevant preservation laws. The construction is mandated to be completed within 120 days, with a focus on efficient coordination prior to the work commencement. This undertaking reflects the National Park Service's commitment to maintaining and enhancing historical sites while providing necessary updates for operational efficiency.
    The government document outlines the guidelines and financial reporting metrics related to a construction contract designated for small businesses. It includes placeholders for key details such as the contract number, total value, performance period, and specific financial transactions involving both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS). The report highlights limitations on subcontracting percentages, emphasizing the financial interactions between the government and the prime contractor throughout various task orders. Each section is structured to document payments made to the prime contractor and respective subcontractors, indicating compliance with federal regulations regarding small business participation and subcontracting limits. The document serves as a framework for ensuring that contractors adhere to the constraints imposed by the government while fostering small business involvement in federal projects. Overall, it underscores the importance of tracking subcontractor payments and maintaining transparency in federal contracting practices.
    The document outlines the submittal requirements for various construction materials and components as outlined in federal and state RFPs. It includes a comprehensive list of items, each accompanied by an indication of necessary submission actions such as informational responses, certifications, lab tests, shop drawings, and samples. Key materials listed include gypsum board, insulated metal roof panels, hollow and wood doors, windows, and finishes, all indicative of common construction elements in public projects. Specific submittals, including details on commercial toilets, heat pump systems, and lighting systems, highlight critical elements essential for compliance with safety and operational standards. This file serves as an essential guideline for contractors, ensuring necessary documentation is submitted to meet regulatory requirements throughout the project lifecycle, reflecting the government's structured approach to procurement and project management in construction.
    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.
    The document serves as an amendment to solicitation 140P6025B0005 related to the SACN - Repair Rehab Lower District Maintenance Shop project. It notifies all interested parties of a site visit and confirms that the bid due date remains unchanged. The amendment outlines the necessary acknowledgment methods for receiving the document, such as including the amendment reference in offers or through direct communication. Additionally, it specifies that modifications to existing contracts or offers must also reference this amendment and be received before the deadline to avoid rejection. The contracting point of contact is Bridget Parizek, who is identified for further inquiries. The document reaffirms that all unchanged terms from previous solicitations remain in effect, underscoring the continuity of project requirements while facilitating transparency and communication regarding the site visit and bidding process.
    The document serves as an amendment to an existing solicitation regarding the "Repair Rehab Lower District Maintenance Shop," issued by the National Park Service. The primary purpose of this amendment is to extend the bid submission deadline to July 1, 2025, at 10 AM CT. The amendment outlines the necessary steps for bidders to acknowledge receipt of this amendment and states that offers must be submitted by specified methods to avoid rejection. It emphasizes that all other terms and conditions of the original solicitation remain unchanged. Additionally, contact information for the contracting point of contact (Bridget Parizek) is provided for any inquiries related to the amendment. This document is integral for contractors interested in bidding on federal projects, as it ensures they have updated information regarding submission timelines and requirements.
    The document outlines a federal solicitation for a sealed bid to perform construction work at the Saint Croix National Scenic Riverway, specifically for the repair and rehabilitation of the Lower District Maintenance Shop. The solicitation invites bidders to submit proposals for both mandatory renovations and optional additional scopes including office and bathroom renovations. The anticipated project cost is between $250,000 and $500,000, with a performance period of 120 calendar days following the Notice to Proceed. Bid submissions are required by email and are due by June 23, 2025, at 10:00 AM CT. Bidders must comply with small business requirements, as this contract is set aside for total small business participation. Essential contract documentation includes bonding requirements and adherence to construction standards. The project emphasizes environmental considerations, with mandates for energy-efficient and green procurement practices. A site visit is recommended, and questions must be addressed in writing before a specified deadline. This solicitation represents an effort by the federal government to engage small businesses in public construction projects while ensuring compliance with federal standards and regulations.
    Similar Opportunities
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    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--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.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    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--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    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.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.