Z--FOSC CHIMNEY RE-POINTING ON 9 STRUCTURES
ID: 140P6425B0011Type: Solicitation
Overview

Buyer

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

NAICS

Masonry Contractors (238140)

PSC

REPAIR OR ALTERATION OF MUSEUMS AND EXHIBITION BUILDINGS (Z2JA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the repointing and repair of brick chimneys on sixteen historic structures at the Fort Scott National Historic Site in Kansas. The project involves careful removal and replacement of mortar, cracked bricks, chimney crowns, and metal flashings, all while adhering to historical preservation standards to protect cultural resources. This initiative is crucial for maintaining the integrity and safety of national historic sites, with a contract value estimated between $100,000 and $250,000, and a completion timeline of 180 calendar days from the Notice to Proceed. Interested contractors must submit their bids electronically by July 15, 2025, and can direct inquiries to Colette Riegelmayer at colette_riegelmayer@nps.gov or by phone at 330-468-2500.

    Point(s) of Contact
    Riegelmayer, Colette
    (330) 468-2500
    (303) 987-6792
    colette_riegelmayer@nps.gov
    Files
    Title
    Posted
    The U.S. Department of the Interior is soliciting bids for the Chimney Re-pointing project at the Fort Scott National Historic Site in Kansas. This request is part of the National Park Service's efforts to maintain and preserve historical structures. The document outlines a single line item in the bid schedule for the re-pointing work, indicating it is a lump sum project with a quantity of one, although it does not specify a total cost. The purpose of this project aligns with federal initiatives to uphold the integrity and safety of national historic sites, ensuring they are preserved for public education and enjoyment. While minimal details about specifications or scope are included, the document reflects standard procedures followed in federal and state/local requests for proposals (RFPs) that focus on infrastructure maintenance and historical preservation.
    The Fort Scott National Historic Site seeks proposals for the repointing and repair of the brick chimneys on 16 historic structures in Fort Scott, Kansas. This project involves the careful removal of old, hard mortar to preserve existing soft bricks, replacing fractured bricks, and ensuring the structural integrity of the chimneys. Detailed specifications outline the work required for each building, including mortar replacement, installation of new chimney caps, and flashing repairs. Importantly, the project must comply with historical preservation standards, protecting cultural resources during construction. The duration for completing the work is set at 180 calendar days from the Notice to Proceed, with clear guidelines for contractor responsibilities and site management. Emphasis is placed on maintaining the aesthetic and historical significance of the site throughout the restoration process, adhering to all safety and environmental regulations. The document serves as a request for proposals (RFP), reflecting the aim of preserving a key piece of American history while promoting contractor engagement compliant with federal standards.
    The National Park Service (NPS) is conducting a market survey to gauge vendor interest and capability for a potential masonry project at Fort Scott National Historic Site, Kansas. This initiative involves re-pointing the brick chimneys and performing masonry work on multiple buildings. The market survey serves only as a preliminary inquiry and does not constitute a solicitation; interested vendors must respond separately to any future announcements on SAM.gov. The scope includes providing labor, materials, and tools for the project, with an estimated cost between $100,000 and $250,000. A firm-fixed price contract is anticipated to be solicited by mid/late May 2025, with awards expected in mid-July 2025. Compliance with local Construction Wage Rate Requirements is mandatory. The associated NAICS code is 238140 for Masonry Contractors, with a small business size standard of $19 million. Vendors must have a Unique Entity ID and be registered in the System for Award Management (SAM) to be eligible for contract awards. Responses to the market survey must be submitted via email by April 29, 2025, including requested vendor information and capabilities. This survey emphasizes the government's strategy to ensure acquisition aligns with small business standards prior to future solicitations.
    The document serves as an amendment to a federal solicitation, specifically concerning the proposal submission process. It announces an extension of the closing date for offers from June 30, 2025, to July 15, 2025, at 12:00 PM Eastern Daylight Time. This amendment emphasizes the necessity for offerors to acknowledge the receipt of this change through various means, including completing attached forms or responding by letter or electronically. Additionally, it informs contractors that another amendment will be posted soon, providing updates to the Statement of Work (SOW) and addressing vendor inquiries. Offerors are encouraged to monitor updates on the SAM.gov website and ensure their proposals align with the most current information. The amendment reflects ongoing procedural adjustments common in government RFPs, highlighting the importance of compliance and communication in the procurement process.
    The document serves as an amendment to a solicitation, specifically modifying a contract or order. It emphasizes the necessity for contractors to acknowledge receipt of the amendment before the specified deadline, either by signing and returning copies or via electronic communication. Additionally, it provides instructions on how to amend existing offers if needed. The amendment's purpose is to update specifications and add photos pertinent to the solicitation, while confirming that other details remain unchanged. Contractors are reminded to complete the necessary SF Form 1442 and refer to the attached documents for further information. This amendment is crucial for ensuring all parties have the most current information regarding the solicitation, thereby contributing to a transparent and accountable bidding process in government contracts.
    The document outlines a government's Invitation for Bid (IFB) for a construction project at Fort Scott National Historic Site, focusing on chimney repointing and masonry work. The contract, identified as a firm, fixed price, requires bidders to submit sealed offers by June 30, 2025. The project is estimated to cost between $100,000 and $250,000 and is set aside for small businesses, specifically in alignment with the NAICS code 238140 for masonry contractors. Key requirements include performance and payment bonds amounting to 100% of the final contract price, adherence to Wage Rate Requirements as per the Davis Bacon Act, and registration in the System for Award Management (SAM). A pre-construction site visit is encouraged before the June 16, 2024 deadline. Contractors must commence work within 10 calendar days post-award and complete it within 180 calendar days. Bid submission instructions emphasize that bids must be electronically submitted, with failures to comply resulting in disqualification. The solicitation includes various clauses addressing contract administration, quality control, and regulatory compliance, ensuring that the work meets the necessary standards and requirements.
    The document outlines project specifications for HS-05 and HS-06, which appear to pertain to various areas within a facility that includes a kitchen and multiple upstairs and downstairs sections. The specifications detail the layout and spatial design of the Southside and Northside areas of HS-05, indicating a focus on their respective kitchen and living spaces. Additional photos reference the specific sections to provide visual context for the project. The aim likely involves renovation or development, potentially under a government RFP or grant initiative, emphasizing compliance with federal or state guidelines. Overall, the document serves as a concise reference to project areas, illustrating the need for detailed assessments or contractor engagements in connection with the remodeling or development work required in these spaces.
    The Fort Scott National Historic Site is seeking a contractor for a project involving the repointing and repair of sixteen brick chimneys on various historic structures. This project includes removing and replacing mortar, cracked bricks, chimney crowns, and metal step flashings, while preserving the historical integrity of the buildings. Specific guidelines require the use of Acme Brick Company products or equivalents, with the contractor responsible for ensuring the compatibility and quality of materials used. Work must be conducted without damaging cultural and historic fabrics, complying with environmental regulations and National Park Service standards. The contract mandates completion within 180 days, with protections in place for existing utilities and cultural resources. The contractor is required to submit a comprehensive safety plan, adhere to noise management practices, and manage waste responsibly. Deliverables include extensive photo documentation throughout various project phases and maintaining a high level of public safety during the construction process. This project not only preserves the site's historical significance but also demonstrates the government's commitment to restoring and maintaining federal landmarks. The RFP underscores the importance of quality work, compliance with regulations, and the protection of historic assets.
    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.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    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
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting bids for the rehabilitation of visitor center restrooms at Pipestone National Monument in Minnesota. The project aims to renovate existing facilities to ensure compliance with the Architectural Barriers Act, converting them into two single-user restrooms while maintaining public access during construction. This contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with a completion timeline of 120 calendar days from the notice to proceed. Interested contractors must acknowledge receipt of the solicitation amendment, submit their bids by the specified deadline, and direct any inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    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.
    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.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    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--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.
    IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.