87--CYCLIC REPLACEMENT OF SEPTIC PEAT MOSS
ID: 140P5325R0018Type: Presolicitation
AwardedSep 19, 2025
$22.7K$22,745
AwardeeROBIN HAVENER SERVICES, LLC 328 HEADING BLUFF RD Currie NC 28435 USA
Award #:140P5325C0025
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Forest Nurseries and Gathering of Forest Products (113210)

PSC

FERTILIZERS (8720)

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 cyclic replacement of septic peat moss at Moores Creek National Battlefield in Currie, North Carolina. The project involves the removal and replacement of deteriorating peat moss in twelve bio-filtration pods to ensure effective wastewater treatment before it reaches the creek, with a completion timeline of 90 days from the start date. This initiative underscores the importance of maintaining ecological integrity and infrastructure within national parks. Interested small businesses must submit their proposals by July 24, 2025, and can direct inquiries to Marilia Mateo at marilia_mateo@nps.gov, with a budget range for the project set between $25,000 and $100,000.

    Point(s) of Contact
    Mateo, Marilia
    marilia_mateo@nps.gov
    Files
    Title
    Posted
    The National Park Service has issued a Statement of Work for the Moores Creek National Battlefield in Currie, North Carolina, focusing on the cyclic replacement of peat moss media in the bio-filtration septic systems. The project aims to remove and replace the deteriorating peat moss installed in 2012 within twelve bio-filtration pods, ensuring proper treatment of wastewater before it reaches the creek. Work will be performed at the park's wastewater septic field and must be completed within 90 days from the commencement date. Key tasks include the disposal of old peat moss media, installation of new media to specified depth and size, inspection of the filtration pods for operational integrity, and restoration of the site post-work. The contractor is required to adhere to federal regulations, maintain safety for park visitors during operations, and establish effective communication with park management. The document emphasizes the importance of quality assurance and coordination to ensure all work meets necessary standards while preserving visitor experience. This initiative highlights the government's commitment to environmental stewardship and infrastructure maintenance in national parks.
    The document is a Schedule Price Sheet for the Moores Creek National Battlefield focused on the removal and replacement of peat moss, outlined in solicitation 140P5325R0018. It features a description of the work to be completed, including unit pricing for the specified tasks. The sheet requires contractors to provide a detailed breakdown of the work plan and associated costs. This solicitation seeks to engage vendors for fulfilling the maintenance and restoration needs of the battlefield, emphasizing the importance of ecological preservation and landscape management. The document reflects standard government procurement processes to ensure transparency and competitiveness in awarding contracts, essential for maintaining national parks and historical sites.
    The Past Performance Questionnaire is a document related to the National Park Service's solicitation for the removal and replacement of peat moss at Moores Creek National Battlefield (Solicitation Number: 140P5325R0018). It requests references to assess a contractor's performance in prior contracts and requires completion and submission by a specific deadline, emphasizing the need for corporate or government email submission. The questionnaire includes sections for provers to provide contract details and evaluations based on several performance criteria: ability to meet requirements, timeliness of product delivery, quality of work, and overall contractor performance. Each category offers a rating scale from "Exceptional" to "Unsatisfactory," with a request for commentary to support evaluations. The questionnaire serves as an essential tool in assessing contractor capabilities and reliability in fulfilling contract obligations, vital for government procurement processes. By obtaining past performance evaluations from references, the solicitation aims to ensure that potential contractors are capable of delivering quality services on time and within budget.
    The National Park Service (NPS) has issued a pre-solicitation notice for a contract titled "MOCR - Peat Moss Replacement" at Moores Creek National Battlefield, Currie, NC. The project involves the cyclic replacement of peat moss in bio-filtration units every 7-10 years, including the disposal of old material, installation of new peat moss, and training for park staff on maintenance. The estimated cost falls between $25,000 and $100,000, with a completion date set for September 1, 2025. This initiative is categorized under a total small business set-aside, promoting opportunities for various small businesses, including those owned by veterans and women. Interested vendors must have active registration in the System for Awards Management (SAM) and a Unique Entity number to conduct business with the federal government. The solicitation documents will be available electronically, and interested parties are encouraged to periodically check for updates. This notice serves as a preliminary announcement ahead of the official solicitation release, expected on May 28, 2025.
    The document outlines a Request for Proposal (RFP) for the replacement of peat moss at Moores Creek National Battlefield, with a solicitation number of 140P5325R0018. It specifies that the project is set aside for small businesses within the NAICS code 113210, involving forest nurseries and gathering of forest products, with a budget between $25,000 and $100,000. The contractor must begin work within 10 calendar days following the notice to proceed and complete it within 90 days. A site visit is scheduled for July 8, 2025, with questions due by July 14, and all offers must be submitted by July 24, 2025. The contractor is required to obtain performance and payment bonds and maintain adequate liability insurance. The document emphasizes compliance with U.S. Department of Labor wage determinations, requires adherence to safety regulations, and stipulates that work should not disrupt ongoing operations at the facility. Additionally, it outlines specifications for work quality, the necessity for a competent onsite superintendent, and details regarding invoicing and payment processes. This RFP serves to ensure efficient procurement while meeting federal contracting guidelines and commitments to local small businesses.
    Similar Opportunities
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    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.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, requires comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including a Visitor Assistance Center, recreation areas, trails, and government-owned vehicles and equipment. This procurement is critical for ensuring the safe and efficient operation of the reservoir's infrastructure, which supports public access and environmental education. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Benjamin Rickman or Troy D. Small via email, with a site visit scheduled for December 17, 2025.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    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.
    Lagoon Aeration
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    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" 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 the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.