Y--Critical Acquisition Response Team (CART) - Flagpo

SOL #: 140P4226R0009Solicitation

Overview

Buyer

Interior
National Park Service
DOI, NPS CONOPS STRATEGIC
Washington, DC, 20240, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Non Building Facilities (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 23, 2026
2
Last Updated
Apr 28, 2026
3
Submission Deadline
May 1, 2026, 10:00 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 Department of the Interior, National Park Service (NPS), through its DOI, NPS CONOPS STRATEGIC office, is soliciting proposals for Critical Acquisition Response Team (CART) - Flagpole Replacements at Fort Washington Park (FOWA) and Fort McHenry National Monument and Historic Shrine (FOMC). This is a Total Small Business Set-Aside for a firm-fixed-price contract. Proposals are due Friday, May 1, 2026, by 16:00 Mountain Time.

Opportunity Overview

This solicitation is for the replacement of two historic wooden/timber flagpoles at two National Park Service locations in Maryland. The project involves a single contract covering both sites. The original solicitation has been amended (Amendment 0001) to update the NAICS code, FAR clauses, and extend the closing date.

Key Requirements

  • Fort Washington Park (FOWA) Project: Replace a collapsed reproduction wooden flagpole with a new replica timber flagpole, including associated mechanisms, lines, engineering, and construction of a new concrete foundation and sleeve. This portion must be completed first, by June 12, 2026. The new flagpole will be 95 feet tall, 2'-0" in diameter at the ground, engineered to 2024 IBC, and fabricated from West Coast Douglas Fir.
  • Fort McHenry National Monument and Historic Shrine (FOMC) Project: Replace the existing wooden flagpole. This portion is subject to funding availability and must be completed by August 21, 2026. Work includes supplying shoring, removing the existing flagpole and platform, and installing a new flagpole with associated hardware. An optional item includes removing and replacing the steel foundation casing and surrounding concrete.
  • Work for both sites includes furnishing all materials, labor, equipment, and supervision, with compliance to applicable codes (e.g., OSHA) and protection of historic structures. A one-year warranty on materials and labor is required for FOWA.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Estimated Value: Between $500,000 and $1,000,000.
  • Period of Performance: FOWA by June 12, 2026; FOMC by August 21, 2026.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 236220 (Commercial and Institutional Building Construction), updated from 238990.
  • Product Service Code: Y1PZ (Construction Of Other Non Building Facilities).

Submission & Evaluation

  • Proposal Submission Deadline: Friday, May 1, 2026, by 16:00 Mountain Time.
  • Submission Method: Electronic via email to brian_mccabe@ios.doi.gov. Multiple emails are permitted if necessary due to file size limitations.
  • Technical Questions Due: Thursday, April 16, 2026, by close of business.
  • Site Visits: An organized site visit was scheduled for Friday, April 10, 2026, at FOMC (9:00 AM Eastern) and FOWA (1:00 PM Eastern). Offerors are urged to inspect the site if they could not attend.
  • Evaluation: Lowest Price Technically Acceptable (LPTA) source selection. Proposals will be evaluated on:
    • Factor 1 (Technical): Capability document (5-7 pages), proposed team, draft schedule, relevant project experience (3 projects in last 5 years), and biobased certification.
    • Factor 2 (Compliance): Active SAM registration, completed provisions, Bid Bond (SF-24), and a Limitations on Subcontracting Compliance Worksheet (75% limitation for special trade construction).
    • Factor 3 (Pricing): Standard Form 1442, Acknowledgement of Amendments, and Section B Contract Price Schedule.
  • Wage Determinations: Prevailing wage rates for Prince George's County (FOWA) and Baltimore County (FOMC) are provided in attachments.

Important Notes

Offerors must acknowledge receipt of Amendment 0001. Ensure all required documents are provided as per Section L.1 and L.2.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 28, 2026
Version 2
Solicitation
Posted: Apr 6, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 23, 2026
View