Y--Rehabilitate Buildings at Boston National Historical Park (BOST)
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), Northeast Region, intends to issue a Request for Proposal (RFP) for the rehabilitation of four buildings at Boston National Historical Park, Charlestown, Massachusetts. This Total Small Business Set-Aside opportunity is for construction services, with an estimated magnitude between $1,000,000 and $5,000,000. The full solicitation is anticipated to be released on or about June 29, 2026.
Scope of Work
The project involves comprehensive construction services for the rehabilitation of buildings within the Charlestown Navy Yard. Key requirements include:
- Hazardous materials abatement
- Structural stabilization
- Masonry and roofing repairs
- Electrical infrastructure upgrades
- Historic window and door rehabilitation Detailed Specifications and Drawings will be provided with the final solicitation documents.
Contract Details
- Contract Type: Firm-Fixed Price
- Estimated Magnitude: Between $1,000,000 and $5,000,000
- NAICS Code: 236220 (Commercial and Institutional Buildings Construction)
- Size Standard: $45 million
- Wage Rates: Federal Construction Wage Rates for Suffolk County, Massachusetts (Davis-Bacon Wage Rates) will apply.
Eligibility & Set-Aside
This requirement is a 100% Total Small Business Set-Aside (FAR 19.5). Offerors must possess a Unique Entity ID (UEI), be actively registered in SAM.gov, and have completed all Online Representations and Certifications to be eligible for award.
Key Dates & Actions
- Anticipated Solicitation Release: On or about June 29, 2026, to be posted on SAM.gov.
- Site Visit: A site visit will be held, with the date, time, and location to be announced in the forthcoming solicitation. Attendance is highly encouraged.
- Point of Contact: Mari Tolleson, Contracting Officer, at mari_tolleson@ios.doi.gov or 857.283.4598.