Campground Renovation Supplies (Plumbing, Lumber)

SOL #: 140P8526Q0004Combined Synopsis/Solicitation

Overview

Buyer

Interior
National Park Service
PWR SF/SEA MABO(85000)
SAN FRANCISCO, CA, 94104, United States

Place of Performance

Place of performance not available

NAICS

Plumbing Fixture Fitting and Trim Manufacturing (332913)

PSC

Miscellaneous Construction Materials (5680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 8, 2025
2
Last Updated
Jan 9, 2026
3
Submission Deadline
Dec 17, 2025, 8:00 PM

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.

DESCRIPTION. The National Park Service, Yosemite National Park, has a requirement for campground renovation supplies.

This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 (effective October 1, 2025). The solicitation number is 140P8526Q0004 and is issued as a Request for Quotation for a firm fixed price commercial items contract. This solicitation is a 100% total small business set-aside in accordance with FAR 19.502-2, and the NACIS code is 332913 with an associated small business size standard of 1,000 employees.

The government intends to award a single or multiple firm-fixed price contract resulting from this solicitation to the responsible Offeror(s) (pursuant to FAR subpart 9.1) whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical, and delivery.

The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. Offerors are advised to submit a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.

QUOTES ARE DUE AT 12:00 P.M. PACIFIC TIME (PT) ON WEDNESDAY, December 17, 2025. Only emailed quotes will be accepted.

Questions regarding this solicitation must be submitted in writing via email to charlene_flanagan@nps.gov and reference the solicitation number in the subject line of the email, e.g., "140P8526Q0004 QUESTION." Questions must be received by December 12, 2025, by 12:00 p.m. (PT). Questions received after this date may or may not be addressed.


The government reserves the right to cancel this solicitation.

People

Points of Contact

Flanagan, CharlenePRIMARY

Files

Files

Download
Download

Versions

Version 2
Award Notice
Posted: Jan 9, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Dec 8, 2025