Z--Independence National Historical Park (INDE) - Masonry Rehabilitation of Second
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 Department of the Interior (DOI) - Critical Acquisition Response Team (CART), on behalf of the National Park Service (NPS), has issued a Pre-Solicitation Notice for Masonry Rehabilitation of Second Bank Block Landscape features at Independence National Historical Park (INDE) in Philadelphia, PA. This is a 100% Small Business Set-Aside opportunity. The solicitation is anticipated to be released on or after April 24, 2026. A pre-proposal meeting is planned for April 29, 2026, at 10 AM Eastern.
Scope of Work
The general scope of work includes providing all labor, supervision, materials, tools, supplies, transportation, personal protection equipment, and support equipment for the rehabilitation. Key tasks are:
- Base Items:
- Replacement of damaged walkways and paving, including Morris Sculpture surrounds.
- Construction of an exposed aggregate concrete walk.
- Addressing drainage deficiencies through regrading, reseeding, and repair of drainage systems.
- Restoration of trees and shrub plantings around Morris Plaza.
- Helical pile foundation repairs at Morris Statue base and pier at south Walnut Plaza.
- Optional/Additive Items (Subject to Funding):
- Repair of deteriorating perimeter walls.
- Restoration of interpretive site walls representing historic structures.
- Conservation of Robert Morris statue and stone plinth, including reinstallation.
- Pervious concrete instead of exposed aggregate concrete for the walk.
Contract & Timeline
- Procurement Type: Anticipated to be a single Firm Fixed Price contract under FAR Part 15 (Lowest Price Technically Acceptable - LPTA) and FAR 36 (Construction).
- Set-Aside: 100% Small Business.
- NAICS Code: 238140 - Masonry Contractors (Small Business Size Standard: $19.0 million).
- Period of Performance: Approximately 365 days after Notice to Proceed.
- Solicitation Release: On or after April 24, 2026.
- Pre-Proposal Meeting: Wednesday, April 29, 2026, at 10 AM Eastern (details to follow with solicitation).
Evaluation
Award will be based on the Lowest Price Technically Acceptable (LPTA) method, as per FAR 15.101-2.
Additional Notes
All prospective contractors must be registered in the System for Award Management (SAM) database at http://www.sam.gov/ before contract award. Offerors must also certify compliance with biobased product requirements as per the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005.