Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
ID: 140P2025R0060Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    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 carlos_garcia@nps.gov or by phone at 720-900-6595.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior's National Park Service issued a Sources Sought Notice (SSN) aimed at gathering market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects, which address the stabilization of Terraces and Graves and Mint Spring Bayou, are crucial due to erosion that has caused damage to veteran gravesites and cultural resources. This SSN seeks responses from both large and small businesses to assess interest and qualifications while developing an acquisition strategy. The anticipated projects encompass significant construction with an estimated cost exceeding $15 million and will demand compliance with archaeological preservation measures given the park's cultural significance. Interested businesses must provide details such as company information, bonding capacity, and relevant experience by April 2, 2025, to participate in a potential Request for Proposal (RFP) expected to be issued in 2025. Responses are voluntary and will not be compensated, emphasizing the importance of careful assessment of business capabilities for project requirements.
    Lifecycle
    Similar Opportunities
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    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 bridgetparizek@nps.gov for further details.
    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.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Phase 1 Development of the Jefferson Barracks National Cemetery in Sylvan Springs, Missouri. This project aims to expand the cemetery by 33.6 acres, increasing burial capacity to serve an estimated veteran population of approximately 208,000 in the St. Louis area until FY 2045. The contract will focus on general construction, including the installation of pre-placed crypts, new roadways, utilities, and various cemetery infrastructure improvements, with a total performance period of 912 calendar days. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals electronically by January 14, 2026, and can contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.
    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.
    Alabama National Cemetery - Gravesite Expansion Phase 3
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the "Alabama National Cemetery Gravesite Expansion Phase 3" project located in Montevallo, Alabama. This project aims to expand the cemetery's burial capacity through the construction of new gravesites, columbarium walls, roads, signage, landscaping, and an irrigation system, with a construction magnitude estimated between $20 million and $30 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will adhere to strict safety and environmental regulations, emphasizing the importance of honoring veterans through high-quality construction. Interested contractors should note that the solicitation is expected to be released on or about January 30, 2026, with proposals due 30 calendar days after publication; for further inquiries, contact Daniel Kinney at daniel.kinney@va.gov or 402-830-4683.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    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 Package 1" 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 park operations and ensuring environmental protection within the park boundaries. Proposals are due by January 15, 2026, and interested parties should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details. The project is a Total Small Business Set-Aside with an estimated value exceeding $10 million, and all proposals must comply with the outlined specifications and requirements.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    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--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.