Opportunity

SAM #140P5326R0011

Exterior Rehabilitation of Fee Memorial Church at Camp Nelson National Monument

Buyer

North Mabo Service

Posted

March 26, 2026

Respond By

May 20, 2026

Identifier

140P5326R0011

NAICS

236220

The Department of the Interior, National Park Service (SER North MABO), is preparing a solicitation for the exterior rehabilitation of the historic Fee Memorial Church at Camp Nelson National Monument in Nicholasville, Kentucky. - Government Buyer: - Department of the Interior, National Park Service, SER North MABO - Project Scope: - Rehabilitation of the church's exterior, including: - Concrete foundation repairs - Wood frame superstructure restoration - Rainwater runoff management improvements - Wall shear capacity reinforcement - Cupola reinforcement - Remediation of insect damage to wood structural members - Procurement Details: - NAICS code 236220: Commercial and Institutional Building Construction - Total small business set-aside - Estimated contract value: up to $45 million - Emphasis on preserving the church's historic significance and eligibility for the National Register of Historic Places - Products/Services Requested: - Construction services for building rehabilitation (no specific OEMs, products, or part numbers listed) - Unique Requirements: - Work must address both structural and preservation needs for a historic property

Description

ACTION: Pre-Solicitation NoticePRE-SOLICITATION NUMBER: 140P5326R0011CLASSIFICATION CODE: Z2QA repair or alteration of restoration of real propertyThe NAICS Code for this requirement is 236220 Commercial and Institutional Building Construction $45M POINT OF CONTACT:Ashley Warcewicz, Contract Specialist, Ashley_Warcewicz@ios.doi.govPLACE OF PERFORMANCE: Camp Nelson National MonumentPLACE OF PERFORMANCE POSTAL CODE: Camp Nelson National Monument, Nicholasville, KYTitle of Project: CANE - Rehabilitation of the exterior of the Fee ChurchDescription: Fee Memorial Church was built in 1912 and is eligible for listing in the National Register of Historic Places with state-level significance in the areas of Ethnic Heritage. The goal of the project is to address specific concerns regarding the concrete foundation and wood frame superstructure, management of rainwater runoff from the roof, the lack of adequate shear capacity in the walls, the need for reinforcement of the cupola, and insect damage to wood structural members. GENERAL: The solicitation will be issued electronically on the website at https://www.sam.gov/. Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Vendors can search for opportunities and award history on https://www.sam.gov/ without registering. 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 DOI are required to have an active registration in the Systems for Awards Management (SAM) at https://www.sam.gov/. You are also required to have a Unique Entity 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: 4/20/2026NO phone calls accepted.Completion Date: 12/31/2026Total Small Business set-asideIt 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. Construction Contraction Administration Federal Acquisition Regulation (FAR) 36.211(b) requires agencies provide description of policies and procedures that apply to defeminization of equitable adjustments for change orders under construction contracts and data on the time required to definitize equitable adjustments for change orders under construction contracts. This information can be found at: https://www.doi.gov/pam/acquisition/policy/constructioncontract.FAR Circular: FAR FAC 2025-06

View original listing