Opportunity
SAM #140P2026R0056
Sources Sought: Eielson Visitor Center Roof Replacement and Building Rehabilitation at Denali National Park
Buyer
NPS DSC Contracting Services Division
Posted
April 09, 2026
Respond By
April 24, 2026
Identifier
140P2026R0056
NAICS
237990, 236220, 238190, 238910
This opportunity is a Sources Sought Notice from the National Park Service for a major construction project at the Eielson Visitor Center in Denali National Park, Alaska. - Project Scope: - Replacement of living roof systems on the Visitor Center and utility building - Removal of exterior stairs and demolition of select architectural, structural, mechanical, and electrical components - Upgrades for accessibility and code compliance - Repairs to the hydroelectric generation system - Full replacement of the photovoltaic (PV) system - Contract Details: - Firm-fixed-price, stand-alone construction contract - Requires bid, performance, and payment bonds - Contractor Requirements: - Demonstrated experience in remote logistics, cold climate construction, sustainable systems, and complex rehabilitation of occupied or sensitive federal facilities - Performance Period: - 182 calendar days from Notice to Proceed - Work must be completed within a single construction season due to limited site access - No specific OEMs, products, or part numbers are listed - Place of Performance: - Eielson Visitor Center, Denali National Park and Preserve, Alaska - Contracting Office: - DSC Contracting Services Division, Denver Federal Center, Colorado
Description
Subject: Sources Sought Notice Reference: DENA 332037 - Eielson Roof Replacement and Building Rehabilitation.This is a Sources Sought Notice (SSN) for the purpose of conducting market research. Proposals are NOT being requested, nor accepted at this time. Responses are being requested from both large and small businesses in support of the above referenced project requirement at Denali National Park and Preserve, Alaska.Purpose: The purpose of this notice is to gain knowledge regarding the type of interested businesses and their qualifications. The National Park Service (NPS) will use information obtained through this notice to develop an acquisition strategy. The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a small business or other socio-economical small business set-aside for the solicitation. Analysis of the quality of responses to this source sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement. Additional Information: No proposal package, solicitation, specification or drawings are available with this notice. Cost Reimbursement: Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests.North American Industry Classification System (NAICS) Code for this requirement is: 237990 ¿ ¿Other Heavy and Civil Engineering Construction¿ and 238160 ¿Roofing Contractors.¿Size Standard: $45 Million.Anticipated Period of Performance: 182 calendar-days from Notice to Proceed (NTP).Contract-Type Vehicle: Firm-Fixed-Price (FFP), Stand-Alone Contract.Bonding: Bid, Performance and Payment Bonds will be required.Project Description: The National Park Service (NPS) is seeking interested and qualified contractors for a construction project located at the Eielson Visitor Center (EVC) within Denali National Park and Preserve, Alaska. The project site is extremely remote¿approximately 240 miles northeast of Anchorage and an additional 66 miles west of the park entrance via a restricted park road, requiring approximately 2.5 hours of travel from the entrance.The project consists of comprehensive rehabilitation and infrastructure improvements to the EVC and associated utility building. Major scope elements include replacement of the existing living roof systems with new assemblies, removal of exterior stairs, and demolition of select interior and exterior architectural, structural, mechanical, and electrical components. Work also includes upgrades to building interiors and exteriors to improve accessibility and bring the facility into compliance with the 2024 International Code Council (ICC) family of codes.In addition, the project includes renewable energy system improvements, including repairs to the existing hydroelectric generation system and full replacement of the facility¿s photovoltaic (PV) system with a new standalone array.Due to the remote location, construction will require contractor-provided staging and housing near Eielson Visitor Center (Mile 66¿70). Access is constrained by seasonal road conditions, limited snow removal (typically May through mid-October), and travel restrictions along the park road, including reduced speeds, narrow gravel sections beyond Mile 15, and operational controls for wildlife and traffic.The project will be delivered under a single prime construction contract and will require contractors with demonstrated experience in remote logistics, cold climate construction, sustainable systems, and complex rehabilitation of occupied or sensitive federal facilities. The project is required to achieve substantial completion within a single construction season, constrained by limited site access typically occurring between May and mid-October.Submittal Contents: Interested (small and large) businesses should submit the following information: (1) Company name, DUNS number, address, point of contact, telephone number, and email address. (2) Business type: Classification as a Large or Small Business under the above listed NAICS, Small Business Administration (SBA) certified Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Businesses (VOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Woman Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB). The size of a small business firm includes all parents, subsidiaries, affiliates, etc.¿see 13 CFR 121.108.) Misrepresentation of size status can result in penalties.(3) Statement regarding your company¿s bonding capacity. Letters from bonding companies are not required at this time.(4) Information demonstrating experience and capability on projects of same or similar size, scope and magnitude, and constructed under similar conditions. (5) In addition, businesses may submit existing marketing materials such as capability statements and brochures.Submittal Due Date/Time: 3:00 pm Mountain Standard Time April 24, 2026Submit To: Contracting Officer, Mark Barber ¿ mark_barber@ios.doi.gov and Contract Specialist, Gabriel Castellanos ¿ Gabriel_castellanos@ios.doi.gov.