KNRI REPLACE VC SANITARY PLUMBING/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 (NPS), under the Department of the Interior, is conducting a Sources Sought (Market Survey) to identify qualified vendors for a project to replace sanitary plumbing and septic systems at the Knife River Historic Indian Village Visitor Center in Stanton, North Dakota. This is market research and not a solicitation. Responses are due by April 29, 2026.
Scope of Work
The project involves replacing all exterior sanitary plumbing and select interior piping associated with the Visitor Center. This includes installing new interior sewer piping, reworking the exterior lift station with new components, and constructing a new exterior septic system (tank, distribution box, absorption trenches, etc.). The existing system, installed in 1992, has experienced failures, leading to backups and public health/safety concerns due to undersized and improperly sloped pipes.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Survey)
- Work Location: Knife River Indian Villages NHS Visitor Center, 564 County Road 37, Stanton, ND 58571
- Estimated Magnitude: Between $500,000 and $1,000,000
- NAICS Code: 237110 (Water and Sewer Line and Related Structures Construction)
- Small Business Size Standard: $45 million
- Project Period: 120 calendar days from Notice to Proceed; work impacting existing system must be completed after Labor Day.
- Response Due: April 29, 2026, by 12:00 PM MT
- Published: April 24, 2026
- Set-Aside: None specified (market research stage)
Information Requested from Interested Firms
Interested firms should provide:
- Firm Name, Address, Phone Number, Email Address
- UEI Number
- Bonding Capability
- Size status/SBA certifications (e.g., Small Business, WOSB, HUBZone, SDVOSB, 8(a), ISBEE, Other Than Small)
- Description of work to be performed by the firm's employees (without subcontracting)
- A capability statement summarizing relevant experience and qualifications
Submission Instructions
- Method: Email responses to joseph_kirk@nps.gov.
- Subject Line: Include reference number 140P6326B0006.
Additional Notes
This is for planning purposes only; responses do not commit the government to any future action. All costs incurred for responding are the firm's responsibility. Future solicitations will be posted on SAM.gov.