Y--CASA 324271, Castillo de San Marco National Monume
ID: 140P2026R0016Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDenver, CO, 80225, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

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 "CASA 324271, Raise and Repair the Seawall" project at the Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at joseph_wingfield@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) Denver Service Center (DSC) is issuing a pre-solicitation notice for RFP 140P2026R0016 to reconstruct approximately 1,355 linear feet of seawall at Castillo de San Marcos National Monument in St. Augustine, FL. This project involves demolishing and constructing new seawalls with granite facades, rehabilitating the existing Center Seawall, filling behind new seawalls, demolishing and constructing a new fee booth building and entrance plaza, reconstructing timber walkways, constructing new ABAAS-compliant walkways, replacing utilities, removing and replacing trees, and reinforcing turf. The project is set aside for small businesses with a size standard of $45 million, an anticipated period of performance of 550 calendar days, and a magnitude of construction exceeding $10,000,000. The contract type will be Firm-Fixed-Price, requiring Bid, Performance, and Payment Bonds. The RFP will be issued electronically via SAM.gov on or after December 8, 2025. Award will be based on the best value continuum (trade-off process), where technical/non-price factors are significantly more important than price. Interested parties must have an active SAM.gov registration.
    The "RAISE AND REPAIR SEAWALL" project at Castillo de San Marcos National Monument, St. Augustine, Florida, involves extensive construction and rehabilitation. Key tasks include demolishing and rebuilding four seawalls, rehabilitating the Center Seawall, filling behind new seawalls, demolishing and reconstructing the fee booth and entrance plaza, rebuilding a timber stair structure, and constructing new ABAAS-compliant walkways. The project also entails replacing lift station, irrigation, and electrical lines, and tree removal/replacement. The work, managed by the National Park Service (NPS) Denver Service Center, will be executed under a single prime contract. The document outlines detailed procedures for contract modifications, including allowable costs for overhead, general conditions, personnel, and equipment, as well as profit percentages. It also defines contract line items for payment, focusing on construction progress. Project management and coordination are crucial, with requirements for various submittals, a dedicated project website, and regular meetings. Environmental coordination is emphasized, with a designated Environmental Manager and mandatory training. Finally, it lists government-furnished and potential contractor-provided permits, stressing compliance with all applicable regulations.
    This government file outlines the "REPAIR AND RAISE SEAWALL" project at the Castillo de San Marcos National Monument in St. Johns, Florida. The project, managed by Croft & Associates, involves extensive architectural, structural, landscape, and coastal engineering work. It includes the construction of a new fee station building and associated pathways, along with the repair and raising of the existing seawall. The document provides detailed drawing indexes covering civil, hardscape, landscape, architectural, structural, mechanical, electrical, and coastal elements. It also specifies general construction notes, definitions, abbreviations, and applicable codes such as the IBC 2024 and NFPA 101, emphasizing safety, accessibility, and environmental protection. The plans detail site access, demolition, erosion control, utility layouts, and specific construction requirements for various components, including hurricane-rated materials and ADA compliance.
    The provided government file outlines the Site Access and Staging Plan, Existing Conditions and Demolition Plan, and Overall Site Plan for a project at Castillo de San Marcos National Monument. The project involves extensive demolition of existing structures like seawalls, concrete walkways, stairs, and utility lines, while preserving historic site walls, gun emplacements, and certain trees. Key aspects include maintaining visitor access during construction, coordinating deliveries, and protecting existing historic elements. The plans detail proposed new constructions such as seawalls, concrete sidewalks, resin-bound stabilized earth aggregate walkways, and timber stairs. Specific instructions for material salvage, archaeological monitoring, utility coordination, and environmental protection are emphasized, ensuring compliance with safety regulations and minimizing disruptions to the national monument's operations.
    This government file outlines the electrical, lighting, fire alarm, and low voltage systems for a new construction or renovation project, likely part of an RFP. It provides extensive electrical abbreviations, symbol legends for various electrical components, fire alarm devices, lighting fixtures, and low voltage equipment. Key sections detail the application of drawings, restrictions for MC cable installation, surface-mounted conduit and devices, and a master key for electrical new work sheet notes. The document also includes a panelboard schedule, mechanical equipment connection schedule, conductor schedule, and riser diagrams for electrical, fire alarm, and telecom systems. Detailed notes specify installation requirements, mounting heights, wiring diagrams, and safety protocols, particularly concerning fire alarm and access control systems. The overarching purpose is to provide comprehensive electrical and low-voltage system specifications and guidelines for contractors, ensuring compliance with codes and proper installation.
    The provided government file outlines comprehensive general, hardscape, demolition, landscape, and irrigation notes and plans for the Castillo de San Marcos National Monument. The project, designed by Croft & Associates, emphasizes the contractor's responsibility for site verification, utility location, safety measures, coordination with other trades, and adherence to all applicable federal, state, and local codes. Key aspects include detailed instructions for hardscape construction, planting and maintenance of various trees and sod, and the installation of an automatic irrigation system. The document stresses the importance of reporting discrepancies, protecting existing site features, and obtaining approval from the Contracting Officer for any deviations or substitutions. Specific plant materials, sod types, and irrigation components are listed, along with technical details for their installation.
    This government file outlines the mechanical specifications and installation details for HVAC systems, particularly Variable Refrigerant Flow (VRF) units, within a new construction project at Castillo de San Marcos National Monument. It includes legends for HVAC abbreviations and symbols, a summary of HVAC controls for single-zone split systems and packaged units requiring 7-day programmable thermostats, and general notes emphasizing coordination among disciplines. The document provides detailed installation instructions for wall-mounted H.M.I. devices, condenser unit footings, refrigerant pipe penetrations through walls, and condensate drain terminations. It also features schedules for VRF indoor and outdoor units, detailing their performance characteristics and specific installation notes for lineset routing and covers. The overall purpose is to provide comprehensive guidelines for the proper installation and integration of HVAC systems, ensuring compliance with construction standards and operational efficiency.
    The document outlines the environmental control, demolition, and marine construction requirements for the Castillo de San Marcos National Monument project. Key aspects include stringent erosion and turbidity control measures to protect wetlands and surface waters, requiring contractor-developed plans and regulatory approvals. Demolition involves careful removal of existing walls, sidewalks, and utilities, with specific protocols for handling salvaged coquina stones and granite caps. Marine notes detail cofferdam design, installation, and dewatering procedures, emphasizing environmental protection and adherence to state and federal regulations. The project also includes mangrove plantings and oyster relocation, highlighting a commitment to ecological preservation. Overall, the file details a complex construction project with a strong focus on environmental compliance and historical preservation.
    The document outlines a federal government Request for Proposal (RFP) for infrastructure upgrades. The project focuses on enhancing mechanical, plumbing, and fire suppression systems across multiple facilities, ensuring compliance with VA standards and local regulations. Key tasks include assessing existing conditions, performing demolitions, and installing new equipment, with an emphasis on maintenance accessibility and integration of various systems. The RFP details the need for comprehensive planning, adherence to strict guidelines, and implementation of safety measures like infection control and fire watches. The overall purpose is to modernize government facilities, improve operational efficiency, and ensure safety and regulatory compliance through these critical infrastructure enhancements.
    The Project Experience Questionnaire (Solicitation: 140P2026R0016) is a critical component of federal government RFPs, requiring offerors to detail their past project experience. It mandates submissions addressing specific project experience elements outlined in Section L of the solicitation. Offerors must provide comprehensive information on referenced projects, including contractor roles (prime or subcontractor), trades, prices, and performance periods. The questionnaire focuses on detailing work performed, aligning it with solicitation requirements, explaining any changes to original pricing and schedules, describing encountered problems and their resolutions, outlining successful methods, and accounting for similar issues in the current proposal. This document ensures that potential contractors demonstrate relevant experience and problem-solving capabilities, crucial for evaluating their suitability for government projects.
    The Past Performance Questionnaire (Solicitation No. 140P2026R0016) is a critical document for federal government RFPs, designed to gather comprehensive information on an offeror's past project performance. It requires the offeror to provide detailed company and contract information, including project title, contract number, price, dates, and a description of the work. The questionnaire then instructs a reference to evaluate the offeror across several key areas: Quality, Schedule & Time Management, Cost Control, Management, Small Business Subcontracting & Labor Standards, and Regulatory Compliance. Each evaluation area includes specific criteria and a rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory), with space for detailed comments. The document also includes a section for an overall recommendation and comments. This information is deemed Source Selection Sensitive and is explicitly not for advertising or endorsement purposes. The completed questionnaire is to be returned to the Contracting Officer, Joseph Wingfield, at the National Park Service – Denver Service Center.
    The document outlines a request for proposal (RFP) for a performance evaluation related to a federal grant. It details requirements for proposals, including specific forms and sections to be completed, such as a "Just Performance Recap" and "Grantee Explanation" for any appeals process. The RFP emphasizes clear and concise explanations for past performance, particularly concerning any appeals. It lists various sections for submission, including those for "Dun & Bradstreet" information, "Contracting Information," and "Performance Recap." The document also contains repetitive sections with checkboxes that seem to indicate different categories or aspects of the proposal, potentially relating to financial, technical, or administrative compliance. The overall purpose is to solicit proposals for an evaluation that adheres to federal grant guidelines, ensuring accountability and transparency in the assessment of past performance.
    The Standard Form 24 (SF 24) "Bid Bond" is a crucial government document used when a bid guaranty is required for federal contracts, grants, and RFPs. This form outlines the obligations of the Principal (bidder) and Surety(ies) to the U.S. Government, ensuring that the Principal will execute necessary contractual documents and provide required bonds upon bid acceptance. If the Principal fails to do so, they must compensate the Government for any excess costs incurred in procuring the work. The bond details the penal sum, which can be a percentage of the bid price with a maximum dollar limitation. It also specifies requirements for corporate and individual sureties, including their appearance on the Department of the Treasury's approved list and the submission of supporting documentation like the Affidavit of Individual Surety (SF 28). The document also includes instructions for proper execution, such as affixing seals and providing evidence of authority for signatories. The OMB Control Number 9000-0045 and expiration date of 8/31/2022 are noted, along with a statement regarding the Paperwork Reduction Act.
    This government file outlines the structural design criteria and construction requirements for a project at Castillo de San Marcos National Monument. It details general construction notes, submittal procedures, delegated design components (wood trusses, glazed systems), and specific structural design criteria including building codes, loads (dead, live, snow, wind, seismic), and foundation requirements. The document also provides extensive guidelines for concrete and reinforcing, post-installed anchors, wood framing, parallel strand lumber (PSL), and construction testing protocols for concrete and soil. Key schedules are included for wood sheathing, shear walls, wall studs, and typical wood framing fastening, alongside detailed typical concrete and wood framing plans and sections. The purpose is to ensure all structural elements are designed and constructed to meet specified codes, loads, and material requirements, emphasizing safety, quality control, and adherence to regulatory standards.
    Amendment 0001 to Solicitation 140P2026R0016 addresses the
    Amendment 0002 to solicitation 140P2026R0016 addresses the "CASA 324271, Raise and Repair the Seawall at the Castillo De San Marcos National Monument, St. Augustine Florida" project. The primary purpose of this amendment is to incorporate Attachment 13, which consists of Structural Drawings. This document also specifies the procedures for offerors to acknowledge receipt of the amendment, either by completing and returning copies of the amendment, acknowledging it on their offer, or through a separate communication. It reiterates that all other terms and conditions of the original solicitation remain unchanged. The deadline for receipt of offers is not extended by this amendment.
    This document outlines a Request for Proposal (RFP) by the National Park Service (NPS) for the "CASA 324271, Raise and Repair the Seawall at the Castillo De San Marcos National Monument, St. Augustine Florida." The project involves reconstructing approximately 1,355 linear feet of seawall, including various segments like the North Wall, Center Wall, and South Wall, and is classified as unrestricted full and open competition with a magnitude exceeding $10,000,000.00. The performance period is 550 calendar days after notice to proceed, with liquidated damages of $1,455.00 per day for delays. The RFP details special requirements for invoice processing, options for additional services, and mandates identification of key personnel and key trades. It also incorporates numerous federal acquisition regulations covering areas such as contractor performance assessment, electronic invoicing, whistleblower rights, and prohibitions on certain hardware and telecommunications equipment.
    Similar Opportunities
    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.
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction project, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, with inquiries directed to Contract Specialists Ireishal Adams and William Wallace at their respective email addresses.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    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.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    St. Lucie South Jetty Rehabilitation Interagency, Martin County, Florida
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking industry input for the rehabilitation of the seaward 400 feet of the St. Lucie South Jetty located in Martin County, Florida. This Request for Information (RFI) aims to gather insights on capabilities, methodologies, and technologies necessary for the repair and stabilization of the jetty, which has suffered significant degradation threatening the stability of the inlet and surrounding areas. The project is critical for maintaining navigability and ensuring the structural integrity of the jetty, which serves as a vital access point to the Atlantic Ocean. Responses to this RFI are due by 5:00 PM EST on January 2, 2026, and an industry conference call will be held on January 6, 2026, for further discussion. Interested parties can contact Nicole Batista-Cruz at Nicole.M.Batista-Cruz@usace.army.mil or Ruth C. Rodriguez at Ruth.C.Rodriguez@usace.army.mil for more information.
    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--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.
    Repair Concrete Spalling Boat House
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the repair of concrete spalling at the boathouse located at Coast Guard Station Destin, Florida. The project requires a thorough inspection of the structural support pillars/columns, documentation of findings, and the development of a certified repair plan by a Florida-licensed Professional Engineer. This procurement is critical for maintaining the structural integrity of the facility and ensuring operational readiness. Quotes are due by 3:00 PM CST on January 6, 2026, and must be submitted via email to Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil, with all inquiries directed to the same contact.