Emergency Deconstruction 2 Towers
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 (NPS), through its MWR Ohio office, is seeking quotes for the Emergency Deconstruction of Two Towers at Apostle Islands National Lakeshore (APIS) in Bayfield County, Wisconsin. This is a 100% Total Small Business Set-Aside opportunity. The project involves the safe dismantling, removal, and transport of two marine navigation/light structures from Long Island to the mainland. Quotes are due by June 10, 2026, at 12:00 PM ET.
Scope of Work
The contractor will be responsible for the deconstruction, removal, and transport of two specific towers:
- Chequamegon Light Tower: An older elevated steel-framed lighthouse structure. This historic structure requires controlled dismantling, transport to the mainland (Roys Point Boulevard), labeling, palletization, and inventorying, with measures to minimize damage.
- Cylindrical Steel Tower: A newer steel tower with navigational equipment. This non-historic structure is to be deconstructed, transported, and disposed of/recycled. The scope also includes mobilization/demobilization, environmental controls, debris removal (ensuring no materials remain in Lake Superior), temporary turbidity control, final site cleanup, and closeout documentation. Concrete foundations are excluded and will remain in place. The work must comply with NPS standards, federal/state regulations, and marine demolition practices.
Contract Details
- Solicitation Number: 140P6426Q0074
- Contract Type: Firm-Fixed Price Commercial Contract
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238910 (Maintenance Of Miscellaneous Buildings)
- Small Business Size Standard: $19.0 Million
- Period of Performance: 90 calendar days after award.
- Anticipated Award Date: Early June 2026.
Submission & Evaluation
- Quotes Due: June 10, 2026, at 12:00 PM ET.
- Questions Due: May 27, 2026, at 12:00 PM ET.
- Submission Method: Email quotes to jarrod_brown@ios.doi.gov.
- Required Documents: Signed SF1449, completed Price Schedule (provided as an attachment), completed Technical Questionnaire (provided as an attachment), and three prior experience references.
- Evaluation Criteria: Best value to the government, considering price, technical qualifications, and prior experience. The Technical Questionnaire responses are critical for evaluation.
- Eligibility: Offerors must have an active registration in the System for Award Management (SAM) with a Unique Entity Identifier (UEI) and qualify as a small business under NAICS 238910.
Special Requirements & Notes
Bidders are strongly encouraged to visit the project site via boat to evaluate conditions. The solicitation incorporates FAR provisions and clauses by reference (www.acquisition.gov). A Department of Labor Wage Determination is included, which bidders must factor into their proposals for compliance with federal wage and benefit requirements. Protection of historical/archeological resources and environmental safeguards are paramount.