SITK-0350831 FY26TOTEM POLE INSTALLATION
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), specifically the ALASKA REGIONAL OFFICE, is seeking quotes for the installation of two totem poles at Sitka National Historical Park. This is a Solicitation (RFQ 140P9726Q0022) for commercial items, structured as a 100% Total Small Business Set Aside. The awarded contract will be firm-fixed-price. Quotes are due by May 5, 2026, at 5:00 PM Alaska Standard Time.
Scope of Work
The primary task involves the installation of two NPS-provided totem poles: the Waasgo Legend pole at a new location and the Yaadaass Crest First Twin pole, which will replace an existing one. Key requirements include:
- Site Assessment: Mandatory site visit prior to pricing to ensure accurate project component recording.
- Foundation Assessment: Evaluate the existing installation method for the Waasgo Legend pole, considering local soil and environmental factors, and recommend improvements if the Factor of Safety is insufficient.
- Excavation & Backfill: Perform necessary excavation, backfill, compaction, and subsequent landscaping/trail repairs.
- Ground Protection: Implement temporary ground protection in affected landscaping areas.
- Archeological Monitoring: Anticipate an archeological monitor during ground disturbance activities.
- Environmental & Cultural Impact: All work must minimize impact on the historic landscape, cultural resources, and trail systems.
- Site Safety: Maintain clean and safe work areas; a Hot Work Permit may be required.
Contract Details
- Contract Type: Firm-fixed-price.
- Period of Performance: 180 days from the time of award.
- Delivery Date: November 5, 2026.
- NAICS Code: 238990 - All Other Specialty Trade Contractors.
- Small Business Size Standard: $19,000,000.00.
Submission & Evaluation
- Offer Due Date: May 5, 2026, by 5:00 PM Alaska Standard Time.
- Submission Method: Quotes must be emailed to francisco_velasco@nps.gov.
- Vendor Questions: Accepted through April 30, 2026, by 5:00 PM Alaska Standard Time.
- Registration: Offerors must be registered in the System for Award Management (SAM).
- Evaluation Factors: Award will be based on FAR Part 13, considering price, technical specifications, and past performance, with trade-offs to achieve the best value for the Government.
Wage Determinations
Bidders must review the provided Wage Determinations document (REGISTER OF WAGE DETERMINATIONS) from the U.S. Department of Labor. This document outlines minimum wage rates and fringe benefits for various occupations in Alaska, including specific boroughs like Sitka. Compliance with these rates, including those related to Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage), is mandatory and must be factored into proposal pricing.
Additional Notes
- A site visit is strongly encouraged to ensure accurate pricing.
- Payment requests must be submitted electronically via the U.S. Department of the Treasury's Invoice Processing Platform (IPP).
- The solicitation incorporates applicable FAR clauses and provisions.