Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2026 SAM #8900
SOLICITATION NOTICE

Y -- Y--MORA- CAMP MUIR GUIDE BUILDINGS

Notice Date
4/7/2026 2:33:17 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PWR SF/SEA MABO(85000) SAN FRANCISCO CA 94104 USA
 
ZIP Code
94104
 
Solicitation Number
140P8526R0002
 
Response Due
5/1/2026 4:00:00 PM
 
Archive Date
05/16/2026
 
Point of Contact
Roman, Juan, Phone: 617-939-1144
 
E-Mail Address
juan_roman@ios.doi.gov
(juan_roman@ios.doi.gov)
 
Description
ACTION: Pre-Solicitation Notice PRE-SOLICITATION NUMBER: 140P8526R0002 CLASSIFICATION CODE: Y1QA = Construction or Restoration of Real Property CONTRACTING OFFICER: Juan Roman, juan_roman@ios.doi.gov NPS, PWRO San Francisco 333 Bush Street Suite 500 San Francisco, CA. 94104 PLACE OF PERFORMANCE: Mount Rainier National Park (MORA), Camp Muir, 55210 238th Avenue East, Ashford, WA 98304 (Visitor Center) PLACE OF PERFORMANCE COUNTRY: USA TITLE OF PROJECT: MORA - Camp Muir Guide Buildings. GENERAL: The National Park Service (NPS), Department of Interior (DOI), ConOps West, is soliciting proposals on a 100% Total Small Business Set-aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Systems for Awards Management (SAM) at www.sam.gov. Proposal documents will be available to download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF. Please Note: Paper copies of the solicitation will not be made available. Vendors can search for opportunities and award history on www.sam.gov without registering. The website has an Interested Vendors List and a Watchlist where you can add your company�s interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the NPS are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a UEI number in order to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. PROPOSED SOLICITATION ISSUE DATE: Estimated on/about May 1, 2026 NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS Code for this requirement is 236220 with a size standard of $45 million. DESCRIPTION: The National Park Service, Contracting Operation West, is seeking a qualified construction firm for the removal of existing modular building at Camp Muir and replacing it with two new climbing shelters, along with related site stabilization work. Site preparation will include excavation, slope stabilization, and installation of geotextile fabric and gabion baskets. Demolition work will include removing and disposing of the existing shelter, weather station tower, and retaining wall. The new climbing shelters will be steel-framed and protected with appropriately rated weather barriers, siding, windows, and doors designed to withstand the harsh climate conditions at the site. The contractor will also install electrical conduits to accommodate a future photovoltaic (PV) system. Interior work will include the construction and installation of bunks, storage shelving, and tables within the shelters. Camp Muir is located at an altitude exceeding 10,000 feet. This requirement will demand experience and knowledge working in this type of environment to understand potential factors related to both the climate and accessibility. PROJECT MAGNITUDE: Between $1,000,000 and $5,000,000. ESTIMATED PERIOD OF PERFORMANCE: 365 calendar days SET ASIDE: This acquisition has been set aside for Total Small Business Concerns. Offers received from concerns that are not small business concerns shall be considered non-responsive and will be rejected. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov .
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1ce2fbb6779c43609069e419ca077965/view)
 
Record
SN07770300-F 20260409/260407230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.