Y--DOI - CART - Flagpole Replacement at 2 Locations
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 Department of the Interior (DOI) - Critical Acquisition Response Team (CART), on behalf of the National Park Service (NPS), has issued a pre-solicitation notice for the replacement of historic wooden flagpoles at Fort Washington Park (FOWA), MD, and Fort McHenry National Monument & Historic Shrine (FOMC), MD. This requirement is a 100% Small Business Set-Aside. The solicitation is anticipated to be released on or after April 6, 2026, with a quick turnaround expected for proposals.
Scope of Work
This project involves two distinct locations:
- Fort Washington Park (FOWA): Replacement of a reproduction wooden flagpole that collapsed in 2021. This includes a new replica timber flagpole, associated mechanisms, lines, and the engineering/construction of a new concrete foundation and sleeve. This portion must be completed first.
- Fort McHenry National Monument and Historic Shrine (FOMC): Replacement of the existing wooden flagpole. This includes shoring, protection, removal of the existing flagpole and platform, and installation of a new flagpole with primed and painted wood poles, cross tees, ring bands, reset in existing foundation, anchor rods, guy wires, lightning protection, and miscellaneous hardware. Existing reusable items should be incorporated. New wood platform decking and handrails are also required. An optional item includes removing and replacing the steel foundation casing, surrounding concrete, and platform posts as needed. The FOMC portion is subject to funding availability.
Contract & Timeline
- Type: Single Firm Fixed-Price contract, awarded under FAR Part 15 (Lowest Price Technically Acceptable) and FAR 36 (Construction).
- Set-Aside: Total Small Business (100%).
- NAICS: 238990 - All other Specialty Trade Contractors (Size Standard: $19.0M).
- Anticipated Solicitation Release: On or after April 6, 2026.
- Period of Performance:
- FOWA: Completion by Friday, June 12, 2026 (mandatory due to 250 America Celebration).
- FOMC: Completion by Friday, August 21, 2026.
- Project submittals for both begin immediately after award.
Evaluation
Award will be based on Lowest Price Technically Acceptable (LPTA) criteria, as per FAR 15.101-2.
Additional Notes
This is a pre-solicitation notice only; no responses or questions are accepted at this time. The solicitation, when issued, will have less than thirty days for response, requiring quick turnaround. All prospective contractors must be registered in SAM.gov prior to contract award. Biobased products used in performance must comply with applicable specifications. Pre-proposal meetings are not currently scheduled but may be added independently for each location.