Z--OLYM Rehabilitate Log Cabin Drainfield
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 soliciting quotes for the rehabilitation of the Log Cabin Drainfield at Olympic National Park. This is a Total Small Business Set-Aside opportunity, with an estimated value of less than $25,000. The project involves repairing and restoring Zone 1 of the drainfield, which has experienced operational failure. Quotes are due by April 22, 2026.
Scope of Work
The project's objective is to repair and restore Zone 1 of the Log Cabin Resort Geoflow subsurface drip drainfield to full operational capacity. Key tasks include:
- Performing diagnostic, flushing, and repair procedures for the Zone 1 drip irrigation system.
- Locating and hand-excavating dripline segment connections.
- Sequentially flushing each segment to remove sediment and restore flow.
- Conditionally excavating and potentially replacing dripline segments if flushing is unsuccessful.
- Conducting full Zone 1 system operational testing.
- Restoring all disturbed soils, piping, and structures to original elevations. Work must adhere to NPS regulations, environmental protection standards, and specific work hour limitations.
Contract & Timeline
- Contract Type: Firm-Fixed-Price construction contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5), NAICS 237110.
- Estimated Value: Less than $25,000.
- Period of Performance: May 1, 2026, to June 1, 2026. Work must commence within 10 calendar days of award and be completed within 30 days.
- Quote Due Date: April 22, 2026, at 8:00 PM UTC.
- Published Date: April 13, 2026.
- Bonds: Bid, performance, and payment bonds are NOT REQUIRED. Liability insurance is REQUIRED.
Submission Requirements
Quotes must be submitted via email to sue_mayo@nps.gov. Hard copies will not be accepted. Offerors must complete and sign boxes 15A-15C of Amendment 0002 and return it with their quote. Required submission documents include a pricing schedule (lump sum), contractor information, team composition details (including subcontractors), relevant experience, past performance, and a technical approach demonstrating understanding of requirements. Offerors must also complete a mandatory representation regarding telecommunications equipment. A current SAM.gov registration is required.
Evaluation Factors
Proposals will be evaluated based on:
- Price
- Relevant Experience
- Past Performance
- Washington Contractor State License
- Technical Approach
Additional Notes
An organized site visit was held on April 7, 2026, at 9:30 AM PDT. The sign-in sheet for this visit is included in Amendment 0002. Prevailing wage rates for Clallam County, Washington, apply to this project.