Z--CAPE COD NS - REPLACE DEFLINO & EGGLESTON SEPTIC
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 National Park Service, Contracting Operations East, is soliciting proposals for the replacement of wastewater septic systems at the Delfino and Eggleston 2 properties within the Cape Cod National Seashore in Wellfleet, Massachusetts. This is a Total Small Business Set-Aside with an estimated magnitude between $100,000 and $250,000. Proposals are due by February 13, 2026, at 3:00 PM ET.
Scope of Work
The project requires furnishing all labor, supervision, materials, tools, supplies, permits, professional services, and equipment to replace existing septic systems with new ones, including nitrate treatment. Key aspects include:
- Removal and abandonment of existing septic systems.
- Installation of new septic systems with nitrate treatment at both Delfino and Eggleston 2 properties.
- Optional work includes well abandonment and new potable water service for Delfino, and Guaranteed Period Service (GPS) for both systems.
- Electrical service connections, site restoration, and obtaining all required permits (MassDEP, Eastham Water Department, NPS).
- Compliance with environmental and seasonal restrictions, including protections for box turtles, bats, and migratory birds. Archaeological monitoring is required for certain excavations.
Contract & Timeline
- Contract Type: Request for Proposal (RFP) for a construction requirement.
- Estimated Magnitude: $100,000 - $250,000.
- Period of Performance: Base period from September 30, 2026, to February 28, 2027.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238910 – Site Preparation Contractors (Small business size standard: $19.0 Million).
- Response Date: February 13, 2026, at 3:00 PM ET.
- Published Date: February 3, 2026.
Evaluation
Amendment 0003 revised the evaluation criteria from Lowest Price Technically Acceptable (LPTA) to the Best Value Continuum Tradeoff Process as defined in FAR Part 15.1. Offerors must acknowledge all amendments.
Amendments & Notes
- Amendment 0001: Provided responses to questions, listed attendees for the January 23, 2026 site visit, and scheduled a second site visit for January 29, 2026.
- Amendment 0002: Rescheduled the second site visit to January 30, 2026, due to inclement weather.
- Amendment 0003: Provided attendees for the January 30, 2026 site visit and updated the evaluation factors to the Best Value Continuum Tradeoff Process.
- Site Visits: Two organized site visits were conducted on January 23, 2026, and January 30, 2026, at 880 Cable Road, Eastham, MA.
- Attachments: Include Project Specifications, Plans, DOL Construction Wage Rate Determination (MA20260001), and Construction Contract Administration information.
- Submission: Proposals must be submitted via email to Jason Albright (Jason_Albright@nps.gov) with a specific subject line format. Registration in SAM.gov is required.