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
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    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.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Phase 1 Development of the Jefferson Barracks National Cemetery in St. Louis, Missouri, aimed at expanding the cemetery's burial capacity by 33.6 acres. This project will provide approximately 36,511 new gravesites, including options for casketed and cremation burials, to serve the veteran population in the St. Louis area until fiscal year 2045. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a total performance period of 912 calendar days, with an Early Turnover phase required within 252 days. Interested parties must submit their proposals electronically by December 12, 2025, and can direct inquiries to Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov.
    Y--CASA 324271, Castillo de San Marco National Monument, Repair and Raise Seawall
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to undertake the repair and raising of the seawall at 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 demolition and construction of new seawalls with granite facades, rehabilitation of the existing Center Seawall, and the construction of new walkways and utilities, among other tasks. This significant construction effort, with a magnitude exceeding $10 million, is crucial for preserving the monument's structural integrity and accessibility. Interested parties must have an active registration on SAM.gov, with the Request for Proposal (RFP) expected to be issued electronically on or after December 8, 2025, and the anticipated period of performance set for 550 calendar days. For further inquiries, contact Joseph Wingfield at josephwingfield@nps.gov.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, which involves significant 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 modernize critical safety elements related to waterways at the cemetery. Interested contractors must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a mandatory pre-bid site visit on September 16, 2025. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    JHK Erosion Control
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Buyer not available
    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--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    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 aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    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.