Y--FOSM - Interpretive Overlook Rehabilitation
ID: 140P6026B0001Type: Presolicitation
Overview

Buyer

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

NAICS

Other Foundation, Structure, and Building Exterior Contractors (238190)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The National Park Service, part of the Department of the Interior, is preparing to issue an Invitation for Bid (IFB) for the rehabilitation of the Interpretive Overlook at the Fort Smith National Historic Site in Fort Smith, Arkansas. This project involves constructing an outdoor exhibit and river overlook, including approximately 2,000 square feet of concrete, ornamental trees, boulders, signage elements, and interpretive panels, with additional bid options for landscaping and decorative sandblasting. The project is significant for enhancing visitor engagement and education at the historic site, with a contract value estimated between $500,000 and $1 million, expected to be awarded by Spring 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Bridget Parizek at bridget_parizek@nps.gov for further details.

    Point(s) of Contact
    Parizek, Bridget
    (402) 800-7927
    (580) 622-2296
    Bridget_Parizek@nps.gov
    Files
    Title
    Posted
    The National Park Service (NPS) is conducting a market survey for the Fort Smith National Historic Site's Interpretive Overlook Rehabilitation project (Reference 140P6026B0001). This project involves re-establishing a 19th-century Native American migration interpretive overlook along the Arkansas River, which was lost due to flooding. The new overlook will be constructed with resilient materials and methods to reduce flood risk and improve durability. Work includes site clearing, earthwork, concrete pavement, precast concrete structures, foundations, sign panel frames, hardscape boulders, and landscaping, with an anticipated start in Spring 2026. The project's NAICS code is 238190, with a small business size standard of $19M and an estimated construction magnitude between $500,000 and $1M. Interested small business contractors, registered in SAM under NAICS code 238190, must submit their firm's information, UEI number, size status/SBA certifications, bonding limits, and a capability statement via email to bridget_parizek@nps.gov by December 15, 2026. This market survey is for informational purposes only and is not a solicitation for bids.
    Lifecycle
    Similar Opportunities
    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--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.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    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.
    Beach Access Upgrades
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, Wisconsin. This project involves the demolition of existing structures and vegetation, followed by the construction of a new staircase, pathway, concrete paving, retaining walls, and vegetative surface restoration, with an estimated contract value between $500,000 and $750,000. The work is crucial for enhancing accessibility to the beach area, particularly for individuals with mobility challenges, and is set to commence in March/April 2026, with a performance period of 270 calendar days after the notice to proceed. Interested small businesses must contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details, and are reminded to register in the System for Award Management (SAM) prior to bidding.
    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.
    99--New interpretive waysides will be designed and fab
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals from small businesses for the design, fabrication, and shipping of new interpretive waysides and sled bases as part of an initiative to enhance storytelling at Arlington House and other sites along the George Washington Memorial Parkway. The project requires the design of three waysides, which will include specific graphic panels and one sled base, with content provided by park staff and adherence to NPS design standards. This procurement is crucial for promoting inclusive narratives about enslaved people, and the contract is set to run from January 30, 2026, to December 31, 2026. Interested vendors should contact Jaime Mijares at JaimeMijares@nps.gov or call 303-969-2755 for further details, and must acknowledge the solicitation amendment prior to the submission deadline to avoid rejection of their offers.
    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.
    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--Nicodemus NHS - Tuckpoint Masonry & Painting
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is preparing to issue a Request for Quote (RFQ) for a tuckpoint masonry and painting project at the Nicodemus National Historic Site in Nicodemus, Kansas. The project involves cleaning approximately 3,747 square feet of exterior stone and brick surfaces, removing organic growth and dirt, repairing loose and cracked mortar, and replacing glazing on multiple pane steel frame windows. This work is crucial for the preservation and maintenance of the historic site, with a contract value estimated between $25,000 and $100,000, expected to be awarded by late February 2026, and performance commencing in March 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Adam Kircher at adamkircher@nps.gov or 402-661-1606 for further details.