Z--DEMOLISH MULTIPLE EXCESS FACILITIES

SOL #: 140P8526R0009Special Notice

Overview

Buyer

Interior
National Park Service
PWR SF/SEA MABO(85000)
SAN FRANCISCO, CA, 94104, United States

Place of Performance

Place of performance not available

NAICS

Site Preparation Contractors (238910)

PSC

Repair Or Alteration Of Other Administrative Facilities And Service Buildings (Z2AZ)

Set Aside

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

Timeline

1
Posted
Apr 16, 2026
2
Action Date
May 1, 2026, 7:00 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), Yosemite National Park (YOSE), is seeking a contractor for the deconstruction and removal of ten (10) deteriorating structures within Yosemite National Park. This Total Small Business Set-Aside opportunity aims to eliminate safety risks, reduce maintenance costs, and support ecological restoration. The Government intends to award a single, Firm-Fixed-Price contract. Proposals are estimated to be due by June 16, 2026.

Scope of Work

The contractor will provide all necessary parts, materials, labor, supervision, management, transportation, and equipment for the selective demolition and disposal of ten structures across various locations in Yosemite National Park. These structures include:

  • Yosemite Valley Lodge Post Office
  • Wawona - Fire Training House
  • El Portal site (9722 Buckeye Court)
  • Crane Flat - Nature Bridge Campus (Pit toilet, Building E, Building D, Staff Housing F, Staff Housing B, Building 6018, Woodshed) The demolition addresses structures posing safety hazards, incurring high maintenance costs, and negatively impacting ecological restoration efforts.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price
  • Magnitude: $500,000.00 to $1,000,000.00
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238910 (Small Business Size Standard: $19.0 million)
  • RFP Availability: On or about May 12, 2026, via SAM.gov
  • Estimated Proposal Due: June 16, 2026 (subject to change)
  • Tentative Site Visit: May 19, 2026 (details in RFP)

Evaluation

Award selection will be based on a comparative evaluation of offers, considering price and other non-price factors including technical capability and past performance, as detailed in the Request for Proposals (RFP).

Additional Notes

This is a pre-solicitation announcement, and information is subject to change. Offerors must have an active registration in the System for Award Management (SAM.gov) and complete online Representations and Certifications to be eligible for award.

People

Points of Contact

Roppolo, BrianPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Special Notice
Posted: Apr 16, 2026
Z--DEMOLISH MULTIPLE EXCESS FACILITIES | GovScope