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 repair and raising of existing structures, as well as the construction of a new fee station and associated pathways, with a focus on preserving the historic integrity of the site. This initiative is crucial for enhancing the monument's infrastructure and visitor accessibility while ensuring compliance with environmental regulations. Interested small businesses must submit their proposals by January 23, 2026, and can direct inquiries to 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.
    The document outlines specifications for pedestrian control devices, specifically removable outdoor stanchions, for government projects. It details requirements for materials, dimensions, and installation. Key components include 304 Alloy Stainless Steel posts, 40"-42" in height with a 2" diameter, featuring welded 4-3/4" stainless steel loops that are accessibility compliant. The posts must be removable from concrete plazas. Chains are to be 3/16-inch polished stainless steel. The Basis of Design is the Visiontron Stainless Steel Outdoor Loop Post, Model ST620. The document also covers submittal procedures for product data, manufacturer's certifications, and warranty documentation. Installation must adhere to manufacturer's instructions and proper spacing, following preparation of the plaza concrete. Quality control measures include verifying post layout and workmanship. This section is crucial for ensuring standardized and compliant pedestrian control installations in federal, state, and local government projects.
    This document addresses Requests for Information (RFIs) related to a federal government construction solicitation, likely an RFP. Key issues clarified include the extension of the bid due date to January 23, 2026, due to holidays, and detailed clarification on Contract Line-Item Numbers (CLINs) for landscaping and irrigation work. Structural plans for a new ticketing/fee station building were added, and it was confirmed no permits are required for this new building. The document also clarifies discrepancies in concrete PSI specifications, the scope of cofferdam construction, the relocation of oyster clumps, and the demolition of existing walls. Crucially, it states that firms involved in developing the project's design or specifications, like SEARCH Florida for archaeological monitoring, are ineligible for the construction award as per FAR 36.209. Government-furnished permits will be provided to the successful bidder. Clarification on scaffolding limits (200 linear feet, not additive for landside/seaside) and the requirement for an SOI-qualified archaeologist for all monitoring activities are also provided.
    The provided architectural site and floor plans detail proposed upgrades at the Castillo de San Marcos National Monument, focusing on a new fee station building and associated pathways. The project includes new ABAAS pathways and a fee station plaza, with the new fee station building encompassing an entry, break area, office, and ticketing areas with multiple windows, including an ABA ticket window and a group ticket window. General site notes emphasize that utility infrastructure upgrades are not planned and the contractor is responsible for damage to existing conditions and landscaping. The plans also outline general floor plan notes regarding dimensions, verification of conditions, and adherence to drawings, with specific details on wall types, door and window types, and the location of government-provided items like refrigerators and lockers. Exterior elevations provide material and finish schedules, including composite roof shingles, heavy timber columns, and hurricane-rated windows and shutters, along with paint specifications. Key elements like steel gates, fences, and aluminum downspout systems are also indicated, aiming to modernize visitor services while preserving the historic site.
    The project at Castillo de San Marcos National Monument in St. Johns County, Florida, involves significant repairs and raising of the seawall, as well as extensive site and utility upgrades. Key aspects include reconstructing the seawall, integrating new accessible pathways with resin-bound aggregate and stamped concrete, and installing a new fee station building. Utility work entails replacing existing force main, sanitary sewer, and electrical lines, with careful coordination to protect historic walls. The project also addresses landscape elements, such as relocating existing exhibits and signs. The comprehensive plan outlines structural, civil, architectural, mechanical, electrical, and coastal components, with detailed notes on construction practices, material specifications, and coordination requirements for preserving the historic integrity of the site while improving its infrastructure and accessibility.
    This document, an RFI (Request for Information) log for a government construction project, addresses numerous contractor questions and provides clarifications and amendments to the original solicitation. Key areas of clarification include the structural plans for the new ticketing/fee station building, an extension of the bid due date to January 15, 2026, and further details on the classification of landscaping and irrigation work under specific Contract Line-Item Numbers (CLINs 1-4). The document also clarifies permit requirements for the new fee station building, resolves discrepancies in material specifications (e.g., concrete PSI for different structural elements), and provides guidance on demolition methods and environmental controls, particularly concerning oyster relocation and cofferdam usage. Further amendments address the need for archaeological monitoring, the handling of salvaged coquina, and various construction specifics related to seawalls, concrete finishes, and material sourcing, with several clarifications referencing specific amendments to the solicitation. The proposal due date was extended to January 23, 2026.
    The document outlines the requirements for a lift station, including its control and monitoring systems, pump operation, and electrical coordination. The lift station is designed to maintain proper wet well levels using two pumps that alternate based on runtime or starts, with a standby pump activating during high sewage levels. The control panel, located in the existing main fort, must fit the available space and include levels for pump off, pump on, standby pump on, and a high-level alarm. The contractor is responsible for coordinating motor voltage and controls with the site's electrical power and ensuring the lift station vent does not obstruct traffic. The project also details pumping equipment, including two 2-horsepower grinder pumps with a capacity of 50 gallons per minute. General notes emphasize the contractor's responsibility for reviewing drawings, coordinating with other trades, verifying dimensions, protecting existing surfaces, adhering to safety regulations, and installing equipment per manufacturer instructions. The material list specifies components such as submersible grinder pumps, PVC piping, valves, and stainless steel hardware. The project requires a reinforced concrete pad sized to overcome buoyancy forces, assuming a high groundwater depth of 6.5 feet.
    This document outlines comprehensive general erosion and turbidity control measures, general construction notes, marine notes, and specific cofferdam requirements for a project at Castillo de San Marcos National Monument. It emphasizes preventing erosion and sedimentation in wetlands and surface waters through turbidity barriers, approved control plans, and appropriate methodologies selected based on site-specific factors. Key considerations include ambient groundwater levels, rainfall, proximity to sensitive areas, and soil types. The contractor is responsible for installing and maintaining these controls, obtaining necessary permits, and coordinating with regulatory agencies. The document also details general construction requirements, safety regulations, protection of existing structures, debris control, and compliance with environmental standards. Specific marine notes cover tidal data, horizontal control, survey data, and the need to plan for tidal fluctuations and passing vessels. Cofferdam notes provide minimum requirements for design, installation, maintenance, and removal, including regulations on dewatering, water treatment, and the need for a licensed professional engineer's sealed design.
    This document addresses various Requests for Information (RFIs) related to a government solicitation, covering structural plans, bid deadlines, landscaping scope, bid form instructions, permitting, and several design clarifications. Key responses include extending the bid due date to January 15, 2026, detailing landscaping work across CLINs 1-4, advising bidders to refer to the Bid Schedule for bid amount entry, and confirming no permits are required for the new fee station building. Design clarifications resolve contradictions in seawall repair dimensions, concrete strengths for marine vs. site elements, cofferdam locations, oyster clump quantities for relocation, coquina/shell concrete specifications, utility force main installation methods, and existing seawall demolition scope. The document aims to provide essential clarifications for potential bidders to ensure accurate and compliant submissions.
    The document is a Pre-Bid Meeting Sign-In Sheet for project CASA 324271. It lists attendees, their companies, and contact information. Key organizations represented include NPS/ASC, P=G Construction, Stone & Lime, Moffatt & Nichol (MN), MICHELS, and CROFT. The purpose of this sheet is to record attendance at a mandatory or optional meeting held before the submission of bids for a government contract, which is a standard procedure in federal government RFPs, federal grants, and state/local RFPs to ensure all prospective bidders receive the same information and have an opportunity to ask questions.
    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.
    Amendment 0003 for solicitation 140P2026R0016 extends the proposal due date to January 15, 2026, at 5:00 PM ET. This amendment addresses the Raise and Repair the Seawall project at the Castillo De San Marcos National Monument in St. Augustine, Florida. It includes providing answers to received RFIs, attaching a sign-in sheet from the pre-construction meeting, and revised drawings showing fee station stanchions. Detail sheets will be provided in a subsequent amendment. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment for their offer to be considered.
    Amendment 0004 to Solicitation 140P2026R0016 extends the proposal due date to January 23, 2026, at 5:00 PM ET for the project titled "CASA 324271, Raise and Repair the Seawall at the Castillo De San Marcos National Monument, St. Augustine Florida." This amendment also provides answers to received Requests for Information (RFIs), updated drawings (Revision 1_ 2026-01-07, Signed_C601, and Signed_GM001), and an updated specification sheet (B09 - 10 45 00-RIB-Pedestrian Control Devices-Jan-8-2026). All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may result in the rejection of the offer.
    Amendment 0005 to solicitation 140P2026R0016 addresses the Raise and Repair the Seawall project at Castillo De San Marcos National Monument. This amendment primarily provides answers to Requests for Information (RFIs) received from potential offerors, as detailed in the attached document "B09 - CASA 324271 Updated _Consolidated_RFIs_as_of_1-21-26." The document outlines methods for offerors to acknowledge receipt of amendments, including completing specific items, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge receipt by the specified deadline may lead to the rejection of an offer. It also clarifies that if an offeror wishes to change a previously submitted offer due to the amendment, such changes must be communicated in writing and received before the opening hour. All other terms and conditions of the original solicitation remain unchanged. The amendment also includes standard administrative fields for modifications of contracts/orders.
    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
    Loading similar opportunities...