FABRICATION AND DELIVERY OF SIGNS FOR CASTILLO DE
SOL #: 140P5426Q0004Combined Synopsis/Solicitation
Overview
Buyer
Interior
National Park Service
SER SOUTH MABO (54000)
HOMESTEAD, FL, 33034, United States
Place of Performance
Place of performance not available
NAICS
Sign Manufacturing (339950)
PSC
Signs, Advertising Displays, And Identification Plates (9905)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 11, 2026
2
Last Updated
Feb 20, 2026
3
Submission Deadline
Feb 27, 2026, 9:00 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.
Quick Summary
The Department of the Interior, National Park Service (Contracting Operation East), is seeking quotes for the fabrication and delivery of signs for Castillo de San Marcos (CASA) and Fort Matanzas (FOMA) National Monuments. This is a 100% Small Business Set-Aside under a Firm-Fixed Price contract. Quotes are due by February 27, 2026, at 04:00 PM EST.
Scope of Work
The National Park Service requires a contractor to fabricate and deliver new signs for both Castillo de San Marcos and Fort Matanzas National Monuments. The scope includes:
- Fabrication and Delivery: Two distinct groups of signs, one for CASA and one for FOMA, with separate cost proposals required for each.
- Design & Specifications: The effort involves "CASA/FOMA sign replacement" and "Design creation" based on comprehensive attachments. Detailed specifications for CASA signs are found in Attachment A1 (including 2026 edits), fabrication details in Attachment A2, and quantities in Attachment A3. For FOMA signs, specifications are in Attachment B1, fabrication details in Attachment B2, and quantities in Attachment B3.
- Materials: Required materials include VIS sign panels (0.080" aluminum), VIS sign posts (2x2 weathering steel tubing), Intaglio process painted identity sign panels (0.125" aluminum), and outdoor-grade vinyl decals. Detailed specifications cover anodized aluminum, wood panels, galvanized steel, and tactile signs with Braille.
- Project Management: The contractor's Project Manager will serve as the single point of contact, coordinating and managing all work, including scheduling, attending meetings (post-award teleconference, weekly Teams), and coordinating submittals.
- Deliverables: Key deliverables include a project schedule, meeting minutes, fabrication shop drawings, material samples (for COR approval), shop inspection photographs, completed signs, and maintenance kits.
- Delivery: Delivery is Free On Board (FOB) Destination to the COR and Park Facilities Maintenance at 1 S. Castillo Dr, St Augustine, Florida 32084. Signs must be packed and crated separately for each location, weighing no more than 800 pounds per crate, with specific labeling. Delivery coordination is required between 7 am and 2:30 pm EST, Monday-Friday.
Contract Details
- Contract Type: Firm-Fixed Price.
- Product/Service Code: 9905 (Signs, Advertising Displays, And Identification Plates).
- NAICS Code: 339950 (Sign Manufacturing).
- Period of Performance: April 1, 2026, to April 1, 2027.
- Delivery Date: April 1, 2027.
Eligibility & Submission
- Set-Aside: This is a 100% Small Business Set-Aside.
- Requirements: Offerors must possess a valid Unique Entity ID (UEI), maintain an active SAM.gov registration, and be self-certified under NAICS 339950 in SAM.gov.
- Submission: Quotes are due by February 27, 2026, at 04:00 PM EST.
- Submit via email to Tony_Eusebio@nps.gov with the subject line:
QUOTE – 140P5426Q0004. - Quotes must include completed blocks 13-16c of the SF18 form and the price schedule.
- A formal quote on company letterhead is required, detailing price, lead time, warranty, and capabilities.
- Submit via email to Tony_Eusebio@nps.gov with the subject line:
- Questions: Questions are due by February 18, 2026, at 04:00 PM EST. Answers will be posted as an amendment on SAM.gov, and offerors must acknowledge all amendments.
Evaluation Factors
Award will be based on:
- Price Proposal
- Ability to provide requested services/Technical Proposal
- Completion time
- Past performance/Similar job history Technical and past performance factors are considered equal to or more important than price.
People
Points of Contact
Eusebio, YujeiryPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 11, 2026