C--N168 ISRO 329584 Rehabilitate Washington Harbor
ID: 140P2025R0061Type: Special Notice
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 7:00 PM UTC
Description

The Department of the Interior, through the National Park Service, has issued a Request for Information (RFI) regarding the rehabilitation and extension of the Washington Harbor Dock at Isle Royale National Park. The objective of this project is to gather insights on cost-effective methods and materials to enhance the dock's capacity for the existing Ranger III vessel and the anticipated Ranger IV, as well as to establish a helicopter landing area for emergency use. This initiative is crucial for improving access and operational efficiency at the park, which is located on a remote island in Lake Superior and is closed to the public during winter months. Interested parties are encouraged to submit inquiries by April 8, 2025, and responses to the RFI by April 15, 2025, to the designated contacts, Rachel Dyer and Dane Cooper, via email.

Point(s) of Contact
Files
Title
Posted
Mar 14, 2025, 9:04 PM UTC
The United States Department of the Interior has issued a Request for Information (RFI) regarding a dock replacement project at Isle Royale National Park. This RFI aims to gather feedback on cost-efficient methods and materials for the rehabilitation and extension of the Washington Harbor Dock. The project will enhance accommodations for the National Park Service (NPS) vessels, including the existing Ranger III and the anticipated Ranger IV, and establish a helicopter landing area for emergency use. The new dock will address current structural limitations, with the existing dock dating back to the 1940s. The project requires the removal or rehabilitation of the current dock while ensuring continued accessibility for concessioner operations. Information received will help inform a potential future solicitation and contracting process, stressing that no compensation will be provided for responses. Interested parties must submit inquiries by April 8, 2025, with responses to the RFI due by April 15, 2025.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Z--INSTALL BOAT DOCK COVERS AT WILLOW BEACH MARINA - Lake Mead National Recreation
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids for the installation of boat dock covers at Willow Beach Marina, located within the Lake Mead National Recreation Area in Arizona. The project involves the design, fabrication, and installation of a dock slipcover measuring 82 feet wide by 244 feet long, aimed at protecting public user boats from harsh environmental conditions. This enhancement is crucial for maintaining the marina's functionality and improving the experience for recreational users, as the existing dock slip covers were installed in 2020. Interested contractors should note that the project is set aside for small businesses and will require compliance with safety and environmental standards, including a pre-bid site visit. For further inquiries, potential bidders can contact Bradley Metler at BradleyMetler@nps.gov, with the Invitation for Bid anticipated to be posted around May 2, 2025.
Beach Access Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, Wisconsin. The project involves the removal of existing structures and the installation of new facilities, including a parking area, pathway, staircase, and retaining walls, aimed at enhancing visitor access and promoting ecological restoration. This initiative is particularly significant as it aligns with federal mandates for accessibility and environmental preservation, ensuring that facilities are accessible to all visitors while maintaining the natural landscape. The estimated contract value ranges from $500,000 to $750,000, with a total small business set-aside, and bids must be submitted electronically by the specified deadline. Interested contractors can contact Craig D. Bryant at craigbryant@nps.gov or call 440-717-3706 for further details.
PIRO STAIR SUPPLIES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking quotes for the procurement of stair supplies for the Pictured Rocks National Lakeshore in Michigan, as outlined in solicitation number 140P6425Q0033. This opportunity is a total small business set-aside, requiring suppliers to provide green pressure-treated lumber and associated hardware, all meeting specific quality standards for construction materials. The procurement is crucial for enhancing infrastructure within the national park, ensuring safety and improving visitor experience. Interested vendors must submit their quotes by 12:00 PM ET on April 28, 2025, and direct any inquiries to Colette Riegelmayer at coletteriegelmayer@nps.gov.
Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks - 2nd Posting
Buyer not available
The National Park Service (NPS) is seeking proposals for a 10-year concession contract to provide Passenger Ferry Service to the South Core Banks and Shackleford Banks, along with land transportation on the South Core Banks. This opportunity aims to enhance visitor access and experience in these protected areas, which are significant for their natural beauty and recreational offerings. Interested parties must submit their proposals, including a signed transmittal letter, by July 16, 2025, at 3:00 p.m. Eastern Daylight Time, with a site visit scheduled for February 13, 2025, and questions due by February 21, 2025. For further details, potential bidders can contact Bill Stevens at billgstevens@nps.gov or William Gordon at williamgordon@nps.gov.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
Fort Washington Marina Lease Opportunity
Buyer not available
The Department of the Interior, through the National Park Service, is offering a leasing opportunity for the Fort Washington Marina located in Piscataway Park, Fort Washington, Maryland. This approximately 8.31-acre property has been operational as a marina since 1959 and includes 194 wet slips, with proposals sought for its management or alternative uses that align with environmental sustainability and park conservation goals. Interested offerors must demonstrate financial capability and relevant experience, with proposals due by June 9, 2025, following the release of the Request for Proposals on April 10, 2025. For further inquiries, contact Gary Shipley at NPSNCRLeasing@nps.gov or call 202-619-6391.
J--Salem Maritime National Historic Site Central Wharf Dock Repair and Paint
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to undertake significant lifecycle maintenance of the steel floating dock at the Salem Maritime National Historic Site in Massachusetts. The project entails the removal and repair of the dock, gangways, pilings, and brackets, as well as addressing rusted components and applying protective coatings, with potential enhancements for future sea level rise considerations. This maintenance is crucial for preserving the integrity and functionality of the historic site, which plays an important role in maritime heritage. The estimated project cost ranges from $250,000 to $500,000, with a firm-fixed price contract expected to be awarded by May 1, 2025. Interested contractors must register on SAM.gov and are encouraged to contact Samuel McKenzie at samuelmckenzie@nps.gov for further details.
R--RFI: Vessel and ROV Blake Plateau Investigation
Buyer not available
The Department of the Interior's Bureau of Safety and Environmental Enforcement (BSEE) is seeking information from vendors regarding their capabilities to provide vessel and Remotely Operated Vehicle (ROV) services for an investigation of the Blake Plateau. The primary objective of this procurement is to assess the ecological impacts of past deep-sea mineral extraction, focusing on geological and biological sampling, environmental condition analysis, and data delivery to government scientists. This project is critical for understanding the long-term effects of human activities on marine environments, with a performance period anticipated from April to July 2026, requiring approximately 10 days at sea. Interested parties must submit their responses to the Request for Information (RFI) by 5:00 P.M. Eastern Time on May 7, 2025, to William Rilee at William.Rilee@bsee.gov, including RFI No. DOIMFBO250007 in the subject line.
Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a concession contract to provide passenger ferry services to the South Core Banks and Shackleford Banks, along with land transportation on South Core Banks. The procurement aims to enhance visitor services by ensuring high-quality ferry operations and effective communication of services, with specific requirements for vessel capacity and operational strategies, including a commitment to customer service and complaint resolution. This opportunity is crucial for maintaining visitor access and experience in these national park areas, emphasizing compliance with conservation goals and ADA standards. Interested parties should contact Cherrie Brice at CherrieBrice@NPS.GOV or William Stevens at WILLIAMGSTEVENS@NPS.GOV for further details, with proposals due as outlined in the solicitation documents.
P--VOYA RLVC Wastewater Mound System Removal
Buyer not available
The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.