Y--Beach Access Upgrades
ID: 140P6425B0014Type: Presolicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RECREATION FACILITIES (NON-BUILDING) (Y1PA)

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 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 craig_bryant@nps.gov or 440-717-3706 for further details.

    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 conducting a market survey (Reference 140P6425B0014) for "Beach Access Upgrades" at Apostle Islands National Lakeshore (APIS), Wisconsin. This is a Sources Sought notice, not a formal solicitation. The project involves demolishing existing structures and vegetation, followed by new construction of a staircase, pathway, concrete paving, retaining walls, and vegetative surface restoration. Work is anticipated to begin in March 2026. The NAICS code is 237990 ($45M small business size standard), and the estimated construction magnitude is between $500,000 and $750,000. Interested small businesses registered in SAM under NAICS 237990 are requested to submit firm information (name, address, phone, email, UEI, size status/SBA certifications) and a capability statement by February 19, 2024, at 12 PM ET to craig_bryant@nps.gov. The capability statement must include bonding limits, a brief explanation of the firm's ability to perform the work, and all requested company and certification information. This survey will inform the acquisition strategy.
    Lifecycle
    Title
    Type
    Y--Beach Access Upgrades
    Currently viewing
    Presolicitation
    Similar Opportunities
    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.
    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.
    Kimball Creek Culvert Replacement FR-304
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for the replacement of the Kimball Creek Culvert on Forest Road 304 in Grand Marais, Minnesota. The project involves comprehensive tasks including the demolition and removal of the existing culvert, installation of a new structural plate arch, traffic control, and environmental protection measures, particularly as Kimball Creek is a designated trout stream requiring specific work timing between June 30th and September 15th. This procurement is a Total Small Business set aside, with an estimated project value between $1 million and $5 million, and proposals are expected to be submitted following the solicitation release on or about January 7, 2026. Interested vendors should contact Michelle Reed at michelle.r.reed@usda.gov for further information and ensure they are registered in the Systems for Awards Management (SAM) at www.sam.gov.
    Kimball Creek Culvert Replacement FR-304
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for the replacement of the Kimball Creek Culvert on Forest Road 304 in Grand Marais, Minnesota. The project involves comprehensive tasks including the demolition of the existing culvert, installation of a new structural plate arch, traffic control, and environmental protection measures, particularly as Kimball Creek is a designated trout stream requiring specific work timing between June 30th and September 15th. This procurement is a Total Small Business set aside, with an estimated project value between $1 million and $5 million, and proposals are expected to be submitted following the solicitation release on or about January 5, 2026. Interested vendors should contact Michelle Reed at michelle.r.reed@usda.gov for further details and ensure they are registered in the Systems for Awards Management (SAM) prior to proposal submission.
    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.
    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.
    PRESOLICITATION NOTICE FOR UPPER APPLETON WALL REPAIR, APPLETON, OUTAGAMIE COUNTY, WISCONSIN
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Upper Appleton Wall Repair project located in Appleton, Outagamie County, Wisconsin. The project involves the rehabilitation of a 150-year-old masonry stone wall, which includes removing existing materials, applying a waterproofing system, and replacing materials on both sides of the Upper Appleton hydropower plant, addressing increased seepage issues. This construction effort is critical for maintaining the structural integrity of the hydropower facility and is estimated to cost between $5 million and $10 million, with a completion timeline of 439 calendar days. Interested small business contractors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation, which is expected to be advertised in the second quarter of Fiscal Year 2026. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Pactola Loop B Campground Reconstruction Project
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Pactola Loop B Campground Reconstruction Project located in the Black Hills National Forest, Pennington County, South Dakota. This project, part of a Congressionally directed initiative under the Great American Outdoors Act, aims to enhance the campground's capacity and amenities, including road improvements, the construction of a new trailhead, and upgrades to the water system. The anticipated contract, valued between $1,000,000 and $5,000,000, is designated as a total small business set-aside, with a firm fixed-price structure governed by Federal Acquisition Regulation Part 12. Interested parties must submit a Statement of Capability by January 12, 2025, and are encouraged to attend a mandatory pre-bid site visit on January 6, 2026, at 12:00 p.m. Mountain Time. For further inquiries, contact Janice King at janice.king@usda.gov or Lucas Dahlman at lucas.dahlman@usda.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.