C--Rehabilitate Buzzard Point Park
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior (DOI), on behalf of the National Park Service (NPS), is soliciting Architect-Engineer (AE) services for the Rehabilitation of Buzzard Point Park in Washington, D.C. This is a Total Small Business Set-Aside under NAICS 541320. The project involves comprehensive planning, design, and preparation of construction documents for the park's rehabilitation. Proposals are due May 20, 2026, by 10:00 AM ET.
Scope of Work
This opportunity requires Title I & II AE services, including supplemental services, for the planning, design, and preparation of construction documents for Buzzard Point Park, a 3.3-acre waterfront section within Anacostia Park. Key tasks include:
- Site investigation and assessment, including geotechnical, existing conditions, boundary, topographic, and hydrographic surveys. A signed/sealed survey by a Registered DC Surveyor will be provided.
- Development of design alternatives, evaluating a living shoreline (intended for the majority of the park, with public water access/overlooks) and a potential restroom facility. The existing concrete bulkhead is not anticipated to be restored.
- Compliance with federal, state, local, historic preservation (ACHP, SHPO, NCPC, CFA), building codes, and accessibility standards (ABAAS, Section 504/508).
- Sustainable design principles and green building systems, requiring LEED competency (SITES AP accreditation does not qualify).
- Public outreach and engagement meetings, with NPS securing facilities and AE developing materials and facilitating.
- Preparation of construction documents, including drawings, specifications, and cost estimates.
- Environmental assessments, including a Preliminary Assessment/Site Investigation (PA/SI) and Submerged Aquatic Vegetation (SAV) assessment. A Hazmat Survey has been added to the SOW.
- Development of a demolition plan and interim site improvements.
Contract Details
- Contract Type: Firm-Fixed Price (FFP).
- Period of Performance: 765 calendar days from award.
- Place of Performance: Primarily at the contractor's site, with work at Buzzard Point Park, Washington, D.C.
- Estimated Construction Value: Between $10-20 million. The AE must design within available funding, and the maximum statutory fee for AE services is 6% of the estimated construction contract price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541320 - Landscape Architectural Services (Small Business Size Standard: $9M).
Submission & Evaluation
- Response Due Date: May 20, 2026, by 10:00 AM ET.
- Submission: Proposals must be submitted electronically using Standard Form 330 (SF330), Parts I and II. SF330 forms in Word or InDesign are acceptable, and electronic, wet, or digital signatures are permitted.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) and licensed/registered to practice architecture/landscape architecture or engineering in Washington, D.C.
- Evaluation Criteria (descending order of importance): Professional qualifications, specialized experience and technical competence, capacity to accomplish work, past performance, and location/knowledge of the project area.
- Key Personnel: Required personnel include a Principal Landscape Architect, Project Architect, and Engineers, all licensed in D.C.
Amendments & Clarifications
This solicitation has been amended multiple times. Amendment 0002, posted April 29, 2026, provided responses to contractor questions, a revised solicitation document, and a revised Statement of Work, and extended the closing date to May 20, 2026. Bidders should review all updated documents carefully.