Comfort Station Supplies
ID: 140P6426Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Sawmills (321113)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)

Set Aside

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

    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 jarrod_brown@nps.gov, ensuring they are registered in the System for Award Management (SAM) and meet the small business size standards.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a price schedule detailing various supplies and equipment required for the Munising Falls Comfort Station Project. The list includes plumbing fixtures such as urinals, toilets, flushometers, and a wash station sink, along with associated parts like PEX tubing and mixing valves. Electrical components, including circuit breakers and different types of electrical cables, are also specified. Building materials, such as cement board, lumber, tile, mortar, grout, and wall base, are itemized. The schedule also covers various accessories and fixtures like mirrors, tile trim, baby changing stations, hand dryer wall guards, and bathroom partitions. Each item has a quantity, unit, and a listed cost of $0.00, indicating that this schedule is likely part of a Request for Proposal (RFP) or a similar government procurement document where vendors are expected to fill in their proposed costs for each item.
    This is a Request for Quotation (RFQ) issued by the National Park Service for Comfort Station Supplies at Pictured Rocks National Lakeshore. The solicitation number is 140P6426Q0005, and it is set aside for Total Small Businesses with NAICS code 321113. Quotes are due by January 13, 2026, at 12:00 PM ET, and questions will be accepted until January 5, 2026, at 12:00 PM ET. Offers must be submitted via email to Jarrod Brown (jarrod_brown@nps.gov). The contract will be a firm-fixed price agreement, with a 90-calendar-day period of performance for delivery. Offerors must be registered in SAM and meet small business size standards. The evaluation will primarily consider price. Required submission items include a completed Price Schedule, Offeror Information (SAM Unique Entity ID, email), and completed provisions 52.204-24 and 52.204-26. Various FAR clauses, including those related to combating trafficking in persons, equal opportunity, and supply chain security, are incorporated by reference or full text. Payment will be processed electronically through the Invoice Processing Platform (IPP).
    The Pictured Rocks National Lakeshore is seeking bids for comfort station supplies, due December 17, 2025, for the Munising Falls Comfort Station. The procurement, managed by the National Park Service, Interiors Regions 3/4/5, Ohio Major Acquisition Buying Office, requires brand name or “or equal” items. The comprehensive supply list includes plumbing fixtures (sinks, urinals, toilets, flushometers), a tankless water heater, electrical components (circuit breaker, wiring), mirrors, baby changing stations, various tile products and accessories (spacers, mortar, grout), wall base, cove molding, PEX tubing, lumber, cement board, screws, door closers, a thermostatic mixing valve, and flexible conduit. Specific requirements for several items such as wash station sinks, water heaters, mirrors, changing stations, tile, tile accessories, and bathroom partitions are detailed, emphasizing features like material, size, color, performance standards, and mounting hardware. Delivery is required 90 days after contract award to the Munising Maintenance Shop, with FOB Destination and compliance with MIDOT standards. Vendors must provide a one-week delivery notice, and
    Lifecycle
    Title
    Type
    Comfort Station Supplies
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    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.
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a hybrid diesel-electric passenger and cargo vessel designed to replace the existing M/V Ranger III, with specific requirements including compliance with US Coast Guard and American Bureau of Shipping regulations, a capacity for 150 passengers, and a 50-year service life. The Ranger IV will play a crucial role in transporting visitors and cargo across Lake Superior, supporting park operations from mid-April to mid-October. Interested contractors must submit their proposals by January 20, 2026, and acknowledge all amendments to the solicitation, with further inquiries directed to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    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.
    YOSE-INSTALL FIRE SPRINKLERS AT WAQ 4065
    Interior, Department Of The
    The Department of the Interior, National Park Service (NPS), is soliciting quotes for the installation of a Residential Fire Sprinkler System at a residence in Yosemite National Park, specifically WAQ 4065. This procurement is a total small business set-aside, requiring contractors to provide all necessary mobilization, labor, materials, and equipment for the project, which is essential for ensuring compliance with current building codes following damage from winter storms. Proposals must be submitted via email by January 28, 2026, at 12:00 PM PST, with a site visit scheduled for January 21, 2026, at 11:00 AM PST; interested parties can direct inquiries to Brian Roppolo at brianroppolo@nps.gov. The estimated construction magnitude is less than $25,000, and the NAICS code for this opportunity is 238220, with a small business size standard of $19.0 million.
    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 Package 1" 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 park operations and ensuring environmental protection within the park boundaries. Proposals are due by January 15, 2026, and interested parties should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details. The project is a Total Small Business Set-Aside with an estimated value exceeding $10 million, and all proposals must comply with the outlined specifications and requirements.
    POTABLE AND NON-POTABLE WATER TESTING FOR SHENANDO
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for potable and non-potable water testing services at Shenandoah National Park in Luray, Virginia. The contract requires the selected contractor to provide all necessary equipment, materials, supplies, and labor to conduct water testing in compliance with the Virginia Department of Health regulations, the Safe Drinking Water Act, and approved standard methods. This testing is crucial for ensuring the safety and quality of water resources within the park, which is vital for both environmental health and visitor safety. Interested small businesses must submit their proposals electronically, with the contract encompassing a base year and four option years, and inquiries can be directed to Deborah Coles at DebbieColes@nps.gov or by phone at 540-677-0325.
    99--HPTC FABRICATE GRANITE STONES
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to fabricate Carnelian Red Granite paving stones for the Franklin Delano Roosevelt Memorial in Washington, DC. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to ensure that the new stones match the existing ones in color, grain, veining, finish, and dimensions, with a required sample for approval prior to production. This procurement is significant for maintaining the memorial's aesthetic integrity and is set aside exclusively for small businesses under NAICS code 327991. Interested parties should note that a pre-proposal conference will be held on January 9, 2026, and offers must acknowledge receipt of the solicitation amendment prior to submission. The project is currently unfunded, with the performance period scheduled from February 2, 2026, to April 28, 2026. For further inquiries, potential offerors can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.