THOMAS STONE NHS - INSTALL INTERIOR STORM WINDOWS
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), Contracting Operations East, is issuing a Request for Proposal (RFP) for the installation of magnetic interior storm windows at the Thomas Stone National Historic Site in Port Tobacco, Maryland. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The estimated magnitude of the requirement is between $25,000 and $100,000. Proposals are due April 30, 2026, by 2:00 PM ET.
Scope of Work
The contractor will furnish all labor, supervision, materials, tools, supplies, and equipment to provide and install twenty-eight (28) interior-mounted, aluminum-framed, removable storm sash panels. Key requirements include:
- Installation of magnetically secured and sealed storm windows, custom manufactured to fit each opening.
- Units must be full height with single glass panels (Double Strength B Grade, 1/8” minimum, Low-E Glass with UV filter).
- Weather-stripping for all units and painting to match existing window frames.
- Removal and salvage of existing window treatments, repair and painting of existing window frames, and cleaning of existing windows.
- Workmanship must be first-class, with precautions to protect historic structure elements. A site-specific Quality Assurance Plan is required.
- A five (5) year warranty against faulty materials, paint, and workmanship is mandatory.
Contract & Timeline
- Contract Type: Firm Fixed Price (RFP)
- Estimated Magnitude: $25,000 - $100,000
- Period of Performance: 45 calendar days after issuance of Notice to Proceed.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 238150 – Glass and Glazing Contractors (Small Business Size Standard: $19.0 Million)
- Proposal Due: April 30, 2026, by 2:00 PM ET (10:00 am local time as per solicitation document)
- Published Date: April 2, 2026
- Site Visit: An organized site visit is scheduled for April 15, 2026, at 10:00 am ET at 6655 Rose Hill Road, Port Tobacco, MD, 20677.
Evaluation
Award will be made using the Lowest Price Technically Acceptable (LPTA) Source Selection Process. Key evaluation factors include Technical Approach, Key Personnel Experience, Past Performance, and Price. Proposals must be submitted via email to Jason Albright (Jason_Albright@ios.doi.gov).
Additional Notes
Bidders must comply with the DOL Construction Wage Rate Determination (MD20260113) for Charles County, Maryland, including provisions for Executive Order 13706 (paid sick leave). Information regarding construction contract administration and equitable adjustments for change orders (FAR 36.211(b)) is available at https://www.doi.gov/pam/acquisition/policy/constructioncontract. Offerors are advised to submit fully compliant proposals without requests for additional information.