Y--Beach Access Upgrades

SOL #: 140P6425B0014Sources Sought

Overview

Buyer

Interior
National Park Service
MWR OHIO(64000)
Macedonia, OH, 44067, United States

Place of Performance

Place of performance not available

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Other Non Building Facilities (Y1PZ)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 16, 2025
2
Last Updated
Jan 5, 2026
3
Response Deadline
Sep 22, 2025, 4:00 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), through its Ohio Major Acquisition Buying Office, is issuing an Invitation for Bid (IFB) for the Beach Access Upgrades project at Apostle Islands National Lakeshore (APIS) in Bayfield, WI. This project involves the demolition of existing structures and vegetation, followed by the new construction of a staircase, pathway, concrete paving, retaining walls, and vegetative surface restoration. The estimated project magnitude is between $500,000 and $750,000. This opportunity is a Total Small Business Set-Aside. Bids are due by February 24, 2026, at 5:00 PM ET.

Scope of Work

The project, titled "Construct ABAAS Path and Staircase at Meyers Beach," aims to replace the existing staircase with a new structure featuring kayak slide rails and an accessible pathway to the beach. Base Bid includes:

  • Demolition: Existing staircase, handrails, decking, parking lot paving, gravel, and slope vegetation.
  • New Construction: Approximately 944 SF of 5" thick PC Concrete sidewalk, 3,820 SF of porous flexible paving for an accessible pathway, a 10' wide x 60' long pressure-treated Southern Yellow Pine (SYP) staircase with non-slip open metal grate treads, galvanized handrails, and dual galvanized kayak slide rails.
  • Site Work: Vegetated retaining walls, a boulder wall, beach sand surface restoration, bioswale plantings, and general surface restoration. Bid Options include:
  • Option 1: Construct a PC Concrete staircase in lieu of the SYP staircase.
  • Option 2: Construct a PC Concrete pathway in lieu of the porous flexible paving system.
  • Option 3: Incorporate specific trees, shrubs, and shaded seed mix.

Contract Details

  • Contract Type: Firm-Fixed Price.
  • NAICS Code: 237990, with a size standard of $45 million.
  • Period of Performance: 270 calendar days from the issuance of the Notice to Proceed (NTP). Work is anticipated to begin in March/April 2026.
  • Wage Rates: Construction Wage Rate Requirements for Bayfield County, WI (General Decision Number WI20260015, effective January 2, 2026) will apply.
  • Subcontracting: Bidders must comply with Limitations on Subcontracting for Total Small Business set-asides, tracking amounts paid to prime, similarly situated, and non-similarly situated subcontractors.

Submission & Evaluation

  • Proposal Due Date: February 24, 2026, at 5:00 PM ET.
  • Bid Opening: Virtual, Tuesday, February 24, 2026, at 12:00 PM ET. Bids are to be submitted electronically via email.
  • Bid Guarantee: A bid guarantee of 20% of the bid price, not to exceed $3 million, is required.
  • Site Visits: Organized site visits are scheduled for January 13, 2026, and January 29, 2026. Offerors are strongly encouraged to attend.
  • Eligibility: Offerors must have a UEI number, be registered and active in SAM.gov, and have completed their Online Representations and Certifications by the solicitation close date.
  • Evaluation Factors: Will be addressed in the official solicitation.

Important Considerations

Bidders are urged to visit the job site to examine existing conditions. Strict protocols are in place for the preservation of historical and archaeological resources, requiring archaeologist oversight for all ground disturbance. Contractors must coordinate with the Contracting Officer (CO) and Contracting Officer's Representative (COR) for utilities and site operations, minimizing public inconvenience. A comprehensive list of submittals, including a Safety Plan, Construction Schedule, and Schedule of Values, is required prior to the Preconstruction Conference. Funds are not presently available, but there is a high expectation of availability; no award will be made until funds are secured.

Point of Contact

Craig D Bryant, Contracting Officer, craig_bryant@nps.gov, 440-717-3706.

People

Points of Contact

Bryant, CraigPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Jan 5, 2026
View
Version 2
Pre-Solicitation
Posted: Dec 4, 2025
View
Version 1Viewing
Sources Sought
Posted: Sep 16, 2025