HAFE - INSTALL ADA DOORS AT VC RESTROOMS
SOL #: 140P2126Q0065Solicitation
Overview
Buyer
Interior
National Park Service
WASHINGTON CONTRACTING OFFICE
LAKEWOOD, CO, 80225, United States
Place of Performance
Place of performance not available
NAICS
Other Building Equipment Contractors (238290)
PSC
Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 5, 2026
2
Submission Deadline
Apr 6, 2026, 2:00 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 is soliciting proposals for the installation of ADA-compliant doors and automatic openers at the Visitor Center restrooms within Harpers Ferry National Historical Park. This effort aims to enhance accessibility and compliance. This is a Total Small Business Set-Aside, and the government intends to award a firm-fixed-price contract. Proposals are due April 6, 2026, by 10:00 AM ET.
Scope of Work
This solicitation requires the provision of all labor, supplies, materials, equipment, parts, and travel necessary for the project. Key deliverables include:
- Installation of two (2) new ADA Automatic Door Operation Devices with push-button openers on existing restroom doors.
- Testing of new ADA Entry Automatic Door Operators to meet ADA and AAADM Standards.
- Provision of staging, site protection, and access to work areas.
- Cleaning and painting of two (2) metal doors and doorways.
- Project area cleanup and landscape repairs.
- Provision of training on ADA Automatic Door operations and maintenance.
- A three (3) year warranty on workmanship and materials, with a one (1) year warranty on electronic components. Architectural drawings and electrical plans are provided as attachments to detail the physical scope and requirements.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: To be completed on or before May 20, 2026.
- Set-Aside: Total Small Business Set-Aside (100% for small business concerns).
- NAICS Code: 238290 (Repair Or Alteration Of Miscellaneous Buildings).
- Place of Performance: Harpers Ferry National Historical Park.
Submission & Evaluation
- Proposal Submission Deadline: April 6, 2026, by 10:00 AM ET.
- Submission Method: Via email to Sheila_Spring@ios.doi.gov.
- Evaluation Criteria: Offers will be evaluated based on Price and Technical factors. Technical evaluation will consider a project narrative demonstrating understanding of the Statement of Work, experience, and certification. Offers will be checked for experience and certification first, then sorted by price. The award will be made to the offeror providing the lowest price that meets technical specifications, with the government reserving the right to award to a non-lowest price if lower priced quotes are technically unacceptable.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Key Dates & Information
- Site Visit: Scheduled for March 18, 2026, at 8:30 am ET. Registration is required by March 17, 2026.
- Questions Due: Via email by March 25, 2026, to Sheila Spring.
- Wage Determination: Attachment B provides minimum wage rates and fringe benefits for West Virginia, Jefferson County, which must be adhered to for labor costs.
- Contact Restriction: Offerors are cautioned against contacting anyone outside the Office of Acquisition Management regarding this requirement.
People
Points of Contact
Spring, SheilaPRIMARY
Files
Versions
Version 1Viewing
Solicitation
Posted: Mar 5, 2026