Y--FOSM - Interpretive Overlook Rehabilitation

SOL #: 140P6026B0001Solicitation

Overview

Buyer

Interior
National Park Service
MWR MIDWEST REGION(60000)
OMAHA, NE, 68102, United States

Place of Performance

Fort Smith, AR

NAICS

Other Foundation (238190)

PSC

Construction Of Other Non Building Facilities (Y1PZ)

Set Aside

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

Timeline

1
Posted
Dec 8, 2025
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Mar 2, 2026, 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 Midwest Region Office, has issued a Solicitation (Invitation for Bid - IFB) for the Interpretive Overlook Rehabilitation project at Fort Smith National Historic Site, Arkansas. This project involves the construction of an outdoor exhibit and river overlook, focusing on the 19th-century Native American migration period. This opportunity is a 100% Total Small Business Set-Aside. Bids are due March 2, 2026, at 10:00 AM CT.

Scope of Work

The project entails the construction of an approximately 2,000 square foot concrete outdoor exhibit and river overlook. Key deliverables include:

  • Installation of 9 ornamental trees and turfgrass seeding.
  • Placement of 17 tons of boulders.
  • Installation of various signage elements, including a mural art piece and 7 NPS interpretive panels (3 in traditional frames, 4 affixed to boulders). The contractor is responsible for providing and installing steel panel frames, posts, and metal frames for signage, while NPS provides panel inserts.
  • Installation of 5 custom pylons.
  • Tree protection, grading with 87 cubic yards of fill, and removal/replacement of approximately 40 linear feet of existing sidewalk.
  • Bid Option 1: Installation of approximately 1,400 square feet of understory plantings and mulch.
  • Bid Option 2: Sandblasting approximately 570 square feet of a custom curved pattern on the installed colored concrete sidewalk.

Contract Details

  • Contract Type: Firm-Fixed-Price Invitation for Bid (IFB).
  • Period of Performance: 365 calendar days from the Notice to Proceed.
  • Project Magnitude: Anticipated between $500,000 and $1,000,000.
  • NAICS Code: 238190 (Other Foundation, Structure, and Building Contractors).
  • Small Business Size Standard: $19 Million.
  • Set-Aside: 100% Total Small Business.

Submission & Evaluation

  • Proposal Deadline: March 2, 2026, at 10:00 AM CT.
  • Bid Opening: Virtual, March 2, 2026, at 10:00 AM CT.
  • Submission Method: Bids must be submitted electronically via email to mwromabobids@nps.gov. The subject line must include the solicitation number (140P6026B0001), project name, and email sequence number.
  • Bid Guarantee: Required, 20% of the bid price, not to exceed $3,000,000.
  • Performance and Payment Bonds: Required, 100% of the final contract award amount.
  • Evaluation: Award will be made to the responsible bidder whose bid is most advantageous to the Government, considering only price and price-related factors.
  • Registration: Offerors must be registered in SAM.gov with an active Unique Entity Identifier (UEI) and current online Representations and Certifications.

Key Clarifications & Attachments

  • Site Visit: A site visit was held on February 13, 2026, and attendance information is available. A site visit is highly encouraged for all bidders.
  • Signage: NPS will provide panel inserts; the contractor is responsible for providing and installing the steel panel, posts, and metal frame as detailed in drawings.
  • Site Access: Contractors can use the NPS south entrance (involves an active railroad crossing) or the north entrance (requires permission from the City of Fort Smith, with contractor responsible for damage repair).
  • Environmental: An eagle's nest across the riverbank will not impact the project.
  • Attachments: Detailed architectural drawings, project specifications, a geotechnical engineering report, and a wage determination for Sebastian County, AR, are provided. Bidders must use the prevailing wage rates for labor cost calculations. A template for subcontracting limitations reporting is also included.

Contact Information

For questions, contact Bridget Parizek at Bridget_Parizek@nps.gov or 402-800-7927.

People

Points of Contact

Parizek, BridgetPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Feb 27, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 18, 2026
Version 3
Solicitation
Posted: Feb 2, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 7, 2026
View
Version 1
Sources Sought
Posted: Dec 8, 2025
View
Y--FOSM - Interpretive Overlook Rehabilitation | GovScope