Z--Replace Septic System for Namekagon River Visitor Center
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), under the Department of the Interior, is conducting a Sources Sought / Market Survey to identify qualified contractors for a potential project to replace the septic system at the Namekagon River Visitor Center in Trego, WI. This market research aims to gauge interest and capability for an upcoming project. Responses are due by 1930 CDT, May 8, 2026.
Scope of Work
The project involves the demolition and replacement of the existing sanitary sewer and septic system at the Namekagon River Visitor Center. This includes abandoning five existing septic tanks/cisterns and other necessary components. The new system will feature new septic tanks, a lift station, and a drain field, constructed to minimize interruption to the existing system during crossover connections. The sanitary sewer will be 4-6” diameter PVC or HDPE for the gravity portion and 1.5”-2” diameter HDPE for the force main. The new septic tank and dual-pump lift station (with stainless steel components) must meet State and County design requirements. The drain field design will also adhere to State and County requirements, pending septic test pit results by a certified installer. Contractors will be responsible for furnishing all labor, equipment, and materials.
Contract & Timeline
- Type: Sources Sought / Market Survey
- NAICS Code: 238910 - Site Preparation Contractors
- Size Standard: $19 Million
- Response Due: 1930 CDT, May 8, 2026
- Published: May 5, 2026
Submission & Eligibility
Interested firms must submit a capability statement and company information, including name, address, phone, email, SAM UEI, CAGE Code, and all applicable small business certifications (e.g., Small Business, WOSB, HUBZone, SDVOSB). Submissions should detail the firm's ability to perform the described work. Contractors must have active SAM.gov registration as a small business under NAICS 238910. Responses are voluntary, and all associated costs are the firm's responsibility.
Additional Notes
This is not a solicitation; the information gathered will inform the government's acquisition strategy. If the government proceeds with a formal solicitation, full scope of work documents and specifications will be provided separately on SAM.gov.