Z--REHAB DANIEL BEARD CENTER INTERIORS
SOL #: 140P5426R0004Solicitation
Overview
Buyer
Interior
National Park Service
SER SOUTH MABO (54000)
HOMESTEAD, FL, 33034, United States
Place of Performance
Place of performance not available
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Repair Or Alteration Of Office Buildings (Z2AA)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 19, 2026
2
Last Updated
Apr 10, 2026
3
Submission Deadline
Apr 16, 2026, 9:00 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 Department of the Interior, National Park Service has issued a Solicitation (RFP) for the Rehabilitation of Daniel Beard Center Interiors at Everglades National Park, Homestead, Florida. This project, a Total Small Business Set-Aside, involves comprehensive interior renovations and exterior work. Proposals are due April 16, 2026, at 5:00 p.m. ET.
Scope of Work
This project entails the full renovation of interior spaces at the Dan Beard Research Center (DBRC), including employee restrooms, showers, breakroom, conference room, and archives processing room. Key aspects include:
- Renovations to all interior surfaces, openings, floors, ceilings, and mechanical, electrical, and plumbing (MEP) systems in specified areas.
- Construction of new showers with changing areas and installation of new washer/dryers.
- Expansion of the conference room and archives processing room.
- Installation of prefabricated enclosed screened porches, replacing existing ones and reconstructing one destroyed by a hurricane.
- Additionally, the scope includes replacing roofs and painting exteriors of the Pine Island Maintenance Yard buildings.
- Work must adhere to Section 106 of the National Historic Preservation Act, as the building is listed on the National Register of Historic Places.
- Compliance with accessibility (ADA) and sustainability standards (water-sense, low-flow fixtures) is required.
- Clarifications from Q&A: A structural engineer is required to verify load-bearing conditions. Masonry and stonework must comply with applicable codes and standards (e.g., ASTM C90, type M mortar). A 6-mil thick polyethylene moisture barrier is required under concrete slabs on grade. Resilient base shall be used with all new Luxury Vinyl Tile (LVT). Thermostats shall be replaced, as there is no Building Automation System (BAS). Dust containment measures, including temporary walls with plastic barriers and negative pressure fans, will be used. Divisions 21 (Fire Suppression) and 28 (Electronic Safety Systems) are not required.
Contract Details
- Contract Type: Firm Fixed-Price Construction Contract.
- Estimated Magnitude: Between $500,000 and $1,000,000.
- Period of Performance: June 1, 2026, to May 31, 2027 (320 days from contract award).
- Set-Aside: Total Small Business Set-Aside. Offerors must be registered as a small business under NAICS Code 236220 (Commercial and Institutional Building Construction) with a $45 million standard.
- Bonds: Performance and Payment bonds (100% each) are required. A bid guarantee will also be required.
- Wage Rates: Federal Construction Wage Rates for Dade County, Florida (General Decision Number FL20260215) apply.
Submission & Evaluation
- Proposal Due Date: April 16, 2026, at 5:00 p.m. ET.
- Submission Method: Proposals must be submitted via email to noelli_medina@nps.gov.
- Evaluation Factors: Proposals will be evaluated based on Technical Approach, Past Performance, Experience, Technical Capability, and Cost Proposals. Non-cost factors are considered significantly more important than cost.
- Past Performance: Bidders must provide three relevant past performance references from projects completed within the last five years, with at least one demonstrating experience in remote geographic locations with logistical complexity.
- Site Visit: A site visit was scheduled for Tuesday, March 31, 2026, at 11:00 a.m. ET. Attendance confirmation was required by March 30, 2026.
- Questions: The question period for the solicitation has closed.
Key Clarifications
- The building will be occupied during construction, requiring a preliminary Phasing Plan to minimize disruption and ensure continuity of NPS operations.
- Temporary restroom facilities, including ADA facilities, must be provided.
- The project is not tax-exempt.
- Contractors are responsible for accurately locating and protecting all existing utilities.
- The site visit attendee sign-in sheet is not public information.
People
Points of Contact
Medina, NoelliPRIMARY