Z--National Capital Parks-East (NACE) - Anacostia Park Skate Pavillion Concession
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) - Washington Office - Contracting Operations - Philadelphia Major Acquisition Business Office (MABO) has a requirement for National Capital Parks-East (NACE) for the renovation of the Anacostia Park Skate Pavilion in Washington, DC. This is a Pre-Solicitation Notice for a new requirement, with the solicitation anticipated to be issued on or after March 30, 2026. This acquisition will be a 100% Small Business Set-Aside.
Scope of Work
The project involves the renovation of the current storage and service area of the Anacostia Park Skating Pavilion concessions building into a new full-service commercial kitchen with a service area. Key tasks include:
- Furnishing and providing hookups for mop, hand, prep, and three-compartment sinks.
- Installing a new electric water heater and various electric upgrades.
- Providing electric hookups for tenant-furnished electric griddle and two electric deep fryers.
- Providing and installing a kitchen hood.
- Designing and upgrading the HVAC system, light fixtures, and refinishing surfaces.
- Installing a new suspended acoustic ceiling tile system.
- Widening one door to meet Architectural Barriers Act Accessibility Standards (ABAAS) and all applicable commercial kitchen building, health, and fire codes.
Contract & Timeline
- Type: Pre-Solicitation Notice. The anticipated solicitation and resulting award will be a single Firm Fixed-Price contract conducted under FAR Part 15 (Lowest Price Technically Acceptable) and FAR 36 (Construction and Architect-Engineering Contracts).
- Set-Aside: 100% Small Business. Offers will only be accepted from small business concerns.
- NAICS Code: 236220 - Commercial and Institutional Building Construction.
- Small Business Size Standard: $45.0 million.
- Period of Performance: Approximately 120 calendar days after Notice to Proceed.
- Mobilization: Anticipated to begin sometime after July 6, 2026, subject to submittal approvals.
- Anticipated Solicitation Release: On or after March 30, 2026.
- Published Date: March 16, 2026.
Evaluation
Award will be based on the Lowest Price Technically Acceptable (LPTA) method, as per FAR 15.101-2.
Additional Notes
This is a pre-solicitation notice only; no response is due at this time, and no questions or phone calls will be accepted. All questions will be addressed after the solicitation is posted. The entire solicitation package will be available electronically through SAM.gov. All prospective contractors must be registered in SAM.gov before contract award. Offerors must certify compliance with biobased products requirements.