GATE-REHAB MASONRY FACILITIES-JB
ID: 140P4525R0014Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

Masonry Contractors (238140)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 6:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking qualified firms to participate in a Sources Sought Notice for the rehabilitation of masonry facilities at Jamaica Bay within the Gateway National Recreation Area in Brooklyn, New York. The project, estimated to cost between $1,000,000 and $5,000,000, will involve essential repairs such as masonry restoration, window and door replacements, roof rehabilitation, and the removal of encroaching vegetation to prevent water infiltration that threatens the integrity of structures housing electrical equipment. This opportunity is particularly important for maintaining the safety and functionality of the facilities, and eligible firms include Small Business HubZone firms, SBA 8(a) certified businesses, Service-Disabled Veteran-Owned small businesses, and Woman Owned Small Businesses. Interested parties must submit their firm details, capability statements, and information on socioeconomic program participation by April 7, 2025, and can contact Nathan Jones at nathan_a_jones@nps.gov or 617-913-8870 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 7:05 PM UTC
The National Park Service is conducting a Sources Sought Notice to assess the interest and capabilities of firms eligible to compete for a project aimed at rehabilitating masonry facilities at Jamaica Bay within the Gateway National Recreation Area in Brooklyn, New York. This project, estimated to cost between $1,000,000 and $5,000,000, will involve critical repairs including masonry restoration, window and door replacements, roof rehabilitation, and the removal of encroaching vegetation. The deterioration of the masonry is currently allowing water infiltration, threatening the integrity of structures housing electrical equipment. Eligible firms include Small Business HubZone firms, those certified under the SBA 8(a) program, Service-Disabled Veteran-Owned small businesses, and Woman Owned Small Businesses. Interested parties are required to submit their firm details, capability statements, and information on socioeconomic program participation by April 7, 2025. This notice serves to foster competition and ensure that qualified contractors are aware of and can respond to the forthcoming requirements.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Door Maintenance & Repair- Gateway Arch NP
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide door maintenance and repair services at Gateway Arch National Park in Missouri. The procurement aims to ensure the preservation and functionality of doors at this historical site, requiring contractors to supply all necessary materials, labor, and supervision to complete the work within the specified performance period from April 21, 2025, to May 21, 2025. This opportunity is particularly significant as it supports the maintenance of national landmarks while promoting participation from small businesses through a total small business set-aside. Interested bidders must submit their quotations by April 16, 2025, via email to the designated Contracting Officer, Rebecca Myers, at rebeccamyers@nps.gov.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work and making significant renovations, including repairing utility systems, replacing the roof, and constructing a new two-story addition to enhance accessibility and visitor engagement. The Visitor Center, classified as a historic resource, will be closed during renovations, although the park will remain open to the public. Interested businesses, both large and small, must submit their qualifications, bonding capacity, and relevant experience by April 22, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research for this competitive acquisition process.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation No. 140P2025R0015. The project involves significant construction activities, including the installation of a new dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 21, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Z--HAMP 326087: Preserve Historic Structures Hampto
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the preservation and rehabilitation of historic structures at the Hampton National Historic Site in Towson, Maryland, under solicitation number 140P2025R0043. This design-bid-build construction project is specifically set aside for Competitive 8(a) Small Business concerns, with an estimated construction cost exceeding $10 million, focusing on restoring up to 14 historic buildings, addressing structural deficiencies, and upgrading mechanical and electrical systems while ensuring compliance with preservation standards. Interested contractors must acknowledge receipt of amendments to the solicitation, adhere to strict timelines, and submit proposals by the specified deadline, with the project period of performance scheduled from September 1, 2025, to March 1, 2027. For further inquiries, potential bidders can contact Marc Nguyen at marcnguyen@nps.gov or by phone at 720-448-1166.
Z--SACN - Repair Rehab Lower District Maintenance Shop
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the repair and rehabilitation of the Lower District Maintenance Shop at St. Croix National Scenic Riverway. The project entails extensive exterior and interior renovations, including the removal and replacement of steel siding, roofing, insulation, windows, doors, and HVAC systems, with optional interior upgrades for administrative spaces and restroom facilities. This initiative is crucial for maintaining the operational integrity of the maintenance facility, with a projected construction cost between $250,000 and $500,000, falling under NAICS code 236220 for commercial and institutional building construction. Interested small businesses must respond to the market survey by April 10, 2025, via email to Bridget Parizek at bridgetparizek@nps.gov, including the reference number 140P6025B0005 in the subject line.
Y--HAVO 326181 Rehabilitate Rainshed & Water Treatmen
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the rainwater catchment and water treatment system at Hawai’i Volcanoes National Park. This Sources Sought Notice aims to gather information from both large and small businesses to inform the development of an acquisition strategy for a project expected to exceed $10 million, which includes enhancements to the rainwater system, demolition and replacement of two buildings, and adherence to protective measures due to cultural and environmental considerations. The construction is projected to last 20 months, with work scheduled year-round to minimize visitor impact, and interested businesses must submit their qualifications, experience, and bonding capacity by April 14, 2025, with the solicitation for proposals anticipated to be issued in Summer 2025. For further inquiries, interested parties can contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
Z--INDE-CONGRESS HALL MASONRY
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract to rehabilitate the masonry of Congress Hall located in Independence National Historic Park, Philadelphia, PA. The project involves a comprehensive scope of work, including chimney assessments, reinforcement, internal flue repairs, and repointing of all six chimneys, along with optional repairs to interior plaster, stone steps, and additional masonry work. This procurement is significant for preserving the historical integrity of the site, with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of 300 days from the award notice. Interested contractors must register in the System for Award Management (SAM) and submit their capability information by April 16, 2016, to Wendy DeLeon at wendydeleon@nps.gov.
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.
Repair Bow Creek Fence
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified contractors to repair and replace segments of the Bow Creek Fence at the Missouri National Recreational River Headquarters in Yankton, South Dakota. The project involves removing downed vegetation, repairing existing fencing, and installing new treated wood posts and H-braces to ensure the fence meets acceptable standards and prevents cattle access during repairs. This initiative is crucial for maintaining park boundaries and ensuring public safety within national recreational areas. The estimated contract value ranges from $25,000 to $100,000, with a firm-fixed price contract set aside exclusively for small businesses. Interested contractors must contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details and are required to register in the System for Award Management (SAM) prior to bidding. The project timeline stipulates completion within 120 days from the Notice to Proceed.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@nps.gov.