OLYM - CHRISTIANSON AND MORA HOUSE FLOORING

SOL #: 140P8326Q0020Combined Synopsis/Solicitation

Overview

Buyer

Interior
National Park Service
PWR OLYM MABO(83000)
PORT ANGELES, WA, 98362, United States

Place of Performance

Place of performance not available

NAICS

Flooring Contractors (238330)

PSC

Maintenance Of Other Administrative Facilities And Service Buildings (Z1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 13, 2026
2
Submission Deadline
Apr 13, 2026, 7:00 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 National Park Service (NPS), Olympic National Park, is seeking proposals for flooring installation and repair services at the Christianson House in Lake Quinault and the Mora Residence in Forks, WA. This is a Total Small Business Set-Aside opportunity for a firm-fixed-price purchase order.

Scope of Work

The project involves comprehensive flooring services at two locations within Olympic National Park:

  • Christianson House (Lake Quinault):
    • Removal and disposal of existing carpet and padding.
    • Installation of new closed-loop berber carpet with high-density padding in stairs, bedrooms, and closets (20-year warranty).
    • Repair, sanding, staining (to match existing), and refinishing of existing hardwood floors using the BONA process or approved equal.
  • Mora Residence (Mora):
    • Removal and disposal of existing carpet and other flooring.
    • Installation of new closed-loop berber carpet in bedrooms and closets (20-year warranty).
    • Installation of luxury vinyl plank (LVP) flooring in the entrance, hallway, dining room, kitchen, and bathrooms (1-year installation, 10-year performance warranty).
    • Replacement of vinyl baseboard with stained wood baseboard.

Contractor responsibilities include verifying material quantities, providing samples, submitting wood floor refinishing steps, supplying all equipment, labor, and materials, and coordinating work with the Contracting Officer's Representative (COR). The government will assist with furniture and appliance removal.

Contract Details

  • Contract Type: Firm Fixed Price Purchase Order
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238330 - Flooring Contractors ($19.0 million size standard)
  • Product Service Code: Z1AZ - Maintenance Of Other Administrative Facilities And Service Buildings
  • Period of Performance: April 20, 2026 – May 8, 2026. Work hours are 7:00 AM to 7:00 PM, Monday through Friday, excluding Federal Holidays.

Submission & Evaluation

Award will be made to the offeror providing the best value to the government, considering:

  1. Technical Capability/Relevant Experience
  2. Past Performance
  3. Price The relative importance of these factors is not stated.

Quotes are due via email by April 13, 2026, at 12:00 PM PDT. Quotes and pricing must be valid for 60 days. Required submission documents include a completed SF 1449, Price Schedule (Attachment 8), Provisions (Attachment 8), and Technical Information/Relevant Experience/Past Performance (Attachment 9), along with descriptions of at least three similar completed projects and client points of contact.

Important Notes

  • This is a combined synopsis/solicitation; no separate written solicitation will be issued.
  • Questions are due by March 26, 2026, at 5:00 PM PDT via email.
  • No organized site visit will be scheduled; offerors are urged to inspect the site independently.
  • Bidders must comply with Service Contract Act wage determinations for Clallam, Jefferson, Grays Harbor, and Mason Counties, WA, factoring minimum wage rates and fringe benefits into proposals.
  • A Site-Specific Safety Plan (SSSP) and compliance with general safety requirements, including NFPA 241 for fire prevention, are mandatory.

Contact: Marzjele Chisolm, Marzjele_Chisolm@ios.doi.gov, 360-565-3025.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
OLYM - CHRISTIANSON AND MORA HOUSE FLOORING | GovScope