Z--A250 Emergency Repairs to Pier 1
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, is soliciting proposals for Emergency Repairs to Pier 1 at the Charlestown Navy Yard of Boston National Historic Park, Boston, Massachusetts. This project, a Total Small Business Set-Aside, involves critical structural and surface repairs to the pier, including concrete-encased steel beams, pier deck, underdeck, an existing steel barge, and an aluminum gangway connection. The estimated magnitude is between $1,000,000 and $5,000,000. Proposals are due by March 3, 2026, at 3:00 PM EST.
Scope of Work
The work consists of:
- Repairs of concrete-encased steel beams within three pier vaults.
- Repairs of sinkholes within the topside of the pier deck.
- Repair of concrete delamination of the pier underdeck.
- Repairs of the existing steel barge.
- Repair to the connection between an aluminum gangway and concrete deck platform.
Contract Details
- Contract Type: Firm-Fixed Price.
- Magnitude: $1,000,000 to $5,000,000.
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction), with a $45 million size standard.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Period of Performance: March 16, 2026, to June 12, 2026.
- Wage Rates: Federal Construction Wage Rates for Suffolk County, Massachusetts (GDN MA20260008) apply.
- Bonds: A bid guarantee of 20% of the bid price or $3 million (whichever is less) is required. Performance and Payment Bonds for 100% of the contract price are also mandatory.
Key Clarifications & Requirements
Recent amendments and RFI responses have provided critical technical details:
- Reinforcement: Existing reinforcement to be retained, cleaned, and coated if section loss is not greater than 20%. New steel hardware and fabrications must be hot-dipped galvanized per ASTM A-123/A-153.
- Concrete Repairs: Section 03 30 00 (Cast-in-Place Concrete) is acceptable for surface-level repairs not in constant seawater contact; Section 03 31 30 (Marine Concrete) is required for underdeck and pier edge repairs. Shotcrete and drilling/cutting holes in the concrete deck for depositing concrete are not approved.
- Underdeck: Stainless Steel Welded Wire Fabric (WWF) for underdeck spall repairs; Hot Dipped Galvanized (HDG) Hooked Rebar for repairs in Detail D/S7.
- Sinkholes: Excavation depth for sinkholes should not exceed 10'. The cause of sinkholes will be evaluated, and modifications may be issued if repairs increase scope.
- Site Access: TWIC card may be required for site access. Limited use of the site for construction operations. Continuous use of the pier by NPS and Navy for daily operations and special events requires contractor cooperation.
Submission & Evaluation
- Proposal Due Date: March 3, 2026, at 3:00 PM EST.
- Site Visit: A site visit was held on Thursday, February 12, 2026, at 11:00 AM EST at Boston National Historical Park. Parking was not available.
- Evaluation: Best Value Continuum Tradeoff Process. Technical factors (Technical Approach, Project Experience, Management Experience) are evaluated first. Non-price factors (1-3) are of equal importance and, combined, are approximately equally important to price.
- Registrations: Offerors must have a Unique Entity ID (UEI) and be registered and active in SAM.gov with completed Online Representations and Certifications.
Contact Information
- Primary Contact: Mari Tolleson, Contracting Officer, mari_tolleson@nps.gov, 857-283-4598.