North Fork Guard Station Roof Replacement
Agency: USFS Region 6: Pacific Northwest Region
Location: Washington
NAICS: 238160
| Agency | NPS Pacific West Region |
|---|---|
| Deadline | 05/01/26 |
| Posted | 04/07/26 |
| Estimated Value | $1,000,000 - $5,000,000 (value based on agency estimated range) |
| Set Aside | None |
| NAICS | 236220 - Commercial and Institutional Building Construction |
| PSC | Y1QA - Construction Of Restoration Of Real Property (Public Or Private) |
| Location | Camp Muir, Mount Rainier National Park, 55210 238th Avenue East (Visitor Center) Ashford, WA 98304 USA |
ACTION: Pre-Solicitation Notice
140P8526R0002
Y1QA = Construction or Restoration of Real Property
Juan Roman, juan_roman@ios.doi.gov NPS, PWRO San Francisco
San Francisco, CA. 94104
Mount Rainier National Park (MORA), Camp Muir, 55210 238th Avenue East, Ashford, WA 98304 (Visitor Center)
USA
MORA - Camp Muir Guide Buildings. GENERAL: The National Park Service (NPS), Department of Interior (DOI), ConOps West, is soliciting proposals on a 100% Total Small Business Set-aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Systems for Awards Management (SAM) at www.sam.gov. Proposal documents will be available to download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF. Please Note: Paper copies of the solicitation will not be made available. Vendors can search for opportunities and award history on www.sam.gov without registering. The website has an Interested Vendors List and a Watchlist where you can add your company s interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the NPS are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a UEI number in order to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.
Estimated on/about May 1, 2026 NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS Code for this requirement is 236220 with a size standard of $45 million. DESCRIPTION: The National Park Service, Contracting Operation West, is seeking a qualified construction firm for the removal of existing modular building at Camp Muir and replacing it with two new climbing shelters, along with related site stabilization work. Site preparation will include excavation, slope stabilization, and installation of geotextile fabric and gabion baskets. Demolition work will include removing and disposing of the existing shelter, weather station tower, and retaining wall. The new climbing shelters will be steel-framed and protected with appropriately rated weather barriers, siding, windows, and doors designed to withstand the harsh climate conditions at the site. The contractor will also install electrical conduits to accommodate a future photovoltaic (PV) system. Interior work will include the construction and installation of bunks, storage shelving, and tables within the shelters. Camp Muir is located at an altitude exceeding 10,000 feet. This requirement will demand experience and knowledge working in this type of environment to understand potential factors related to both the climate and accessibility.
Between $1,000,000 and $5,000,000.
365 calendar days
This acquisition has been set aside for Total Small Business Concerns. Offers received from concerns that are not small business concerns shall be considered non-responsive and will be rejected. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov .
| Contact name | Roman, Juan |
|---|---|
| Contact email | juan_roman@ios.doi.gov |
| Contact phone | (617) 939-1144 |
Agency: USFS Region 6: Pacific Northwest Region
Location: Washington
NAICS: 238160
Agency: Naval Supply Systems Command
Location: Washington
NAICS: 333912
Agency: VISN 20: Northwest Network
Location: Washington
NAICS: 236220
Agency: Air Mobility Command
Location: Washington
NAICS: 335139