ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Y--MORA-CAMP MUIR GUIDE BUILDINGS

INTERIOR, DEPARTMENT OF THE 140P8526R0002
Response Deadline
Jun 5, 2026
28 days left
Days Remaining
28
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The National Park Service, within the Department of the Interior, is soliciting a total small business set-aside construction contract to rehabilitate climbing facilities at Camp Muir in Mount Rainier National Park. The work includes removing the existing modular building and related structures and replacing them with two new climbing shelters, along with site stabilization, excavation, slope work, retaining and gabion elements, and associated electrical provisions for future photovoltaic systems. The project is designed for harsh mountain conditions and incorporates steel-framed or nail-laminated timber shelter elements, helicopter-based material transport, and required project management, quality control, and safety personnel. The estimated magnitude is between $1,000,000 and $5,000,000, work must start within 10 calendar days of notice to proceed and finish within 365 calendar days, and a site visit is scheduled for May 15, 2026 with both in-person and MS Teams access by prior notice to the contracting officer or COR.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Y1QA
CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)

Solicitation Documents

11 Files
Sol_140P8526R0002.pdf
PDF1081 KBMay 8, 2026
AI Summary
The National Park Service, Contracting Operations West, is seeking a qualified construction firm for the removal of an existing modular building at Camp Muir and replacing it with two new climbing shelters, along with related site stabilization work. The project, titled "Mount Rainier National Park (MORA) - Rehabilitate Climbing Facilities at Camp Muir," has a solicitation number of 140P8526R0002. The estimated magnitude of the requirement is between $1,000,000 and $5,000,000. The contractor must commence work within 10 calendar days of receiving notice to proceed and complete the entire work within 365 calendar days. The project includes demolition of the existing shelter, weather station tower, and retaining wall, as well as site preparation with excavation, slope stabilization, and installation of geotextile fabric and gabion baskets. The new climbing shelters will be steel-framed with weather barriers, siding, windows, and doors designed for harsh climates, and will include electrical conduits for a future photovoltaic system, bunks, storage shelving, and tables. Key personnel, including a Project Manager, Job-site Superintendent, Quality Control Manager, and Safety Manager, are required. This solicitation also details various contract clauses, including those related to federal acquisition, labor standards, and payment requirements.
B08_Attachment_1_Specifications.pdf
PDF1112 KBMay 8, 2026
AI Summary
The document outlines the comprehensive rehabilitation project for climbing facilities at Camp Muir, located within Mount Rainier National Park. This project, identified by PMIS #307228 and contract number 140P8525F0011, involves replacing an existing modular building with two new climbing shelters and conducting associated site stabilization work. The specifications cover a wide range of construction divisions, including demolition, masonry, structural metals, carpentry, thermal and moisture protection, openings, specialties, foodservice equipment, and electrical systems. The document details administrative requirements for project execution, such as web-based project software usage, various meeting protocols (preconstruction, site mobilization, progress), daily reports, progress photographs, and strict procedures for substitutions and requests for interpretation. Quality assurance, erosion and sediment control, and waste management are also emphasized, ensuring the project adheres to high standards and environmental regulations while minimizing disruption to public access.
B08_Attachment_2_Drawings.pdf
PDF6780 KBMay 8, 2026
AI Summary
The “Camp Muir Climbing Facility” project in Mount Rainier National Park involves constructing two climbing shelters (Shelters A and B) and associated site improvements. The project entails demolishing existing structures such as the Gombu Hut and support cable assemblies, followed by constructing new gabion foundations and retaining walls. Key features include reinforced stacked rock slope stabilization, reclaimed gravel surfacing, and dry-stacked stone steps. The shelters, classified as R-1 occupancy, incorporate nail-laminated timber assemblies, gabion cladding, and provisions for future photovoltaic systems. The design adheres to 2024 International Building Code, 2024 International Fire Code, and 2023 National Electrical Code NFPA 70 standards. Detailed plans cover architectural, structural, and electrical components, including bunk layouts, propane storage areas, and ventilation systems. The project emphasizes using reclaimed materials and integrating with existing park infrastructure.
Sol_140P8526R0002_Amd_0001.pdf
PDF202 KBMay 8, 2026
AI Summary
This amendment (140P8526R0002/0001) to a solicitation revises the terms for offers and contract modifications. It outlines three methods for acknowledging receipt of the amendment: completing items 8 and 15, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge on time may result in offer rejection. Changes to previously submitted offers must also reference the solicitation and amendment and be received by the opening date. The amendment specifically adds "Attachment 9-Revised FAR Provision 52.236-27," which includes instructions for a virtual site visit. All other terms and conditions of the original solicitation remain unchanged. The contracting officer is Juan Roman.
B08_Attachment_9_Revised_FAR_Provision_52_236-27_0001.pdf
PDF49 KBMay 8, 2026
AI Summary
Attachment 9, Revised FAR Provision 52.236-27, outlines the requirements for a site visit related to a construction contract. Offerors are strongly encouraged to inspect the work site, given that clauses regarding differing site conditions and site investigations will be included in the awarded contract. An organized site visit is scheduled for Friday, May 15, 2026, from 9:00-10:00 AM PST at the Mount Rainier Visitor Center, 55210 238th Ave E Ashford, WA 98304. A virtual site visit will also be held concurrently via MS Teams. Participants must notify the Contracting Officer (CO) Juan Roman (juan_roman@ios.doi.gov) or the Contracting Officer's Representative (COR) Joshua Boisvert (josh_boisvert@nps.gov) at least 24 hours prior to the event to gain access. Importantly, no site visit will be conducted at Camp Muir, the physical location where the work will be performed, at this time. This provision ensures potential contractors are fully aware of the site conditions and contact protocols for the visit.
B08_Attachment_4_Construction_Report.pdf
PDF783 KBMay 8, 2026
AI Summary
The "REHABILITATE CLIMBING FACILITIES AT CAMP MUIR 100% CONSTRUCTION DOCUMENTS REPORT," dated December 03, 2025, details the Title II Design Services for replacing climbing shelters at Mount Rainier National Park. The project, based on prior design and value analysis, focuses on constructing two modular Nail-Laminated Timber (NLT) shelters (Shelter A for 18 clients/6 guides/storage, Shelter B for 12 bunks/storage). These shelters are designed to withstand extreme conditions, including an 800 lb/ft² snow load, high winds, and seismic activity, utilizing a gabion foundation system embedded in permafrost. Key aspects include a waiver for the IBC-required sprinkler system, a concessionaire-provided photovoltaic system for power, and natural lighting. The report outlines construction logistics, including helicopter material transport and site phasing to accommodate ongoing park operations. It also addresses cultural resource coordination for preserving the historic district and hazardous material assumptions, with asbestos results pending. The estimated construction duration is 12 weeks, requiring approximately 9.7 helicopter trip days.
B08_Attachment_3_Product_Cut_Sheets.pdf
PDF13302 KBMay 8, 2026
AI Summary
The document,
B08_Attachment_5_WD_WA20260111.pdf
PDF312 KBMay 8, 2026
AI Summary
The document appears to be a highly unstructured government file, possibly part of an RFP, grant, or state/local RFP, characterized by extensive use of garbled text, repeating characters, and what seems to be placeholder or corrupted data. Despite the illegibility of most of the content, some recurring patterns and fragments suggest it might pertain to procurement, technical specifications, or administrative procedures given the context of government files. The presence of sections that seem to delineate different categories or items, alongside numerical sequences and what could be interpreted as codes or identifiers, implies an attempt to structure information, albeit in a corrupted format. Without discernible keywords or clear textual content, a precise summarization of its main topic, key ideas, and supporting details is not feasible. The file's primary characteristic is its severe corruption, rendering it unreadable and thus unsummarizable in a meaningful way beyond noting its highly damaged state.
B08_Attachment_6_LmtOnSubconRpt.xlsx
Excel81 KBMay 8, 2026
AI Summary
This government file outlines a contract structure for federal RFPs, grants, and state/local RFPs, focusing on tracking payments to prime contractors and subcontractors. It details various payment categories, including total contract ceiling, amounts paid to Similarly Situated Subcontractors (SSS), and Non-Similarly Situated Subcontractors (NSS) across multiple task orders. The document also includes a
B08_Attachment_7_Construction_Contract_Administration.pdf
PDF104 KBMay 8, 2026
AI Summary
Federal Acquisition Regulation (FAR) 36.211(b) mandates that agencies detail their policies and procedures for definitizing equitable adjustments in construction contract change orders. Additionally, they must provide data on the time required to finalize these adjustments. This information is publicly accessible on the Department of the Interior's website, specifically at https://www.doi.gov/pam/acquisition/policy/constructioncontract. The regulation aims to ensure transparency and accountability in the administration of construction contracts by requiring agencies to document and report on the efficiency of their change order processes.
B08_Attachment_8_Past_Performance_Questionnaire.docx
Word46 KBMay 8, 2026
AI Summary
The Past Performance Questionnaire is a critical document used in government source selections to evaluate contractor performance. It requires offerors to provide company and contract information, while references complete sections on their contact details and a detailed performance evaluation. The evaluation covers areas such as quality, schedule, cost control, management, small business subcontracting, and regulatory compliance, with defined ratings from Exceptional to Unsatisfactory. The questionnaire emphasizes the confidential nature of the information, stating it should not be used for advertising or imply government endorsement. A final recommendation is requested, along with comments to support ratings. The document also specifies a return deadline and contact information for the Contracting Officer.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 7, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineJun 5, 2026
expiryArchive DateJun 20, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
NATIONAL PARK SERVICE
Office
PWR SF/SEA MABO(85000)

Point of Contact

Name
Roman, Juan

Official Sources