Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
ID: 140P2126R0003Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)
Timeline
    Description

    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 tim_wind@nps.gov.

    Point(s) of Contact
    WIND, TIMOTHY
    (303) 969-2070
    (907) 983-3219
    Tim_Wind@nps.gov
    Files
    Title
    Posted
    The National Park Service is issuing a pre-solicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated between $1,000,000 and $5,000,000 with a 200-day duration, involves reconfiguring the bathhouses for ABAAS compliance, replacing fixtures, and upgrading plumbing, masonry, and electrical systems. Additionally, accessible pedestrian paths will be constructed at Cabin Camp 5. This is a total small business set-aside procurement under NAICS code 236220 ($45.0 million size standard), requiring both technical and price proposals. The solicitation will be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. A pre-proposal conference and site visit are tentatively scheduled for one week after the solicitation's issuance. Interested vendors must be registered and active in SAM, with a UEI number, to be awarded a contract. Questions should be directed to Tim Wind at tim_wind@nps.gov.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    Comfort Station Supplies
    Interior, Department Of The
    The National Park Service is seeking quotes for Comfort Station Supplies for the Munising Falls Comfort Station at Pictured Rocks National Lakeshore. This procurement, identified by solicitation number 140P6426Q0005, is set aside for Total Small Businesses under NAICS code 321113, and includes a variety of plumbing, electrical, and building materials essential for the project. The selected contractor will be required to deliver all materials within 90 calendar days after contract award, with quotes due by January 13, 2026, and questions accepted until January 5, 2026. Interested vendors must submit their proposals via email to Jarrod Brown at jarrodbrown@nps.gov, ensuring they are registered in the System for Award Management (SAM) and meet the small business size standards.
    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.
    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--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    AMENDED Notice of Solicitation for Concession Opportunity for Traditional Bathhouse Services and Massage Therapy Services within Hot Springs National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to provide traditional bathhouse services and massage therapy services at Hot Springs National Park in Arkansas. Interested parties must submit a mandatory Notice of Intent to Propose by January 30, 2026, and electronic proposals are due by March 2, 2026, with a hardcopy of the Offeror’s Transmittal Letter required by March 9, 2026. This opportunity is significant as it supports the park's recreational offerings, enhancing visitor experiences in a historic setting. For further details, interested vendors can contact Eric Nikkel at ericnikkel@nps.gov or by phone at 402-661-1772.
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive construction work exceeding $10 million, focusing on the rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities such as headworks, bioreactors, and lift stations. The project is crucial for improving the park's wastewater management systems and ensuring compliance with environmental regulations. Proposals are due by January 30, 2026, and interested parties should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    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.
    C1DA--528A6-24-608 Design Renovate Building 76 Restrooms
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Architect-Engineering (A-E) firm to provide comprehensive design services for the renovation of 15 restrooms and the replacement of flooring in the Urgent Care Center at the Bath VA Medical Center in Bath, New York. The project, designated as 528A6-24-608, aims to upgrade the restrooms to meet ADA accessibility standards and replace deteriorating flooring, ensuring compliance with all relevant VA specifications and federal codes. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $2,000,000 to $5,000,000, and the anticipated award date is on or before May 30, 2026. Interested firms must submit their qualifications electronically by January 29, 2026, and should contact Devan Bertch at devan.bertch@va.gov for further information.