Opportunity
SAM #140P4226R0012
Masonry Rehabilitation at Independence National Historical Park, Philadelphia, PA
Buyer
National Park Service CONOPS Strategic
Posted
April 10, 2026
Respond By
April 24, 2026
Identifier
140P4226R0012
NAICS
238110, 238910, 238140
This opportunity involves masonry rehabilitation at Independence National Historical Park in Philadelphia, PA, managed by the Department of the Interior, National Park Service, Contracting Operations - Critical Acquisition Response Team (CART). - Government Buyer: - Department of the Interior (DOI) - National Park Service (NPS) - Contracting Operations - Critical Acquisition Response Team (CART) - Scope of Work: - Replacement of damaged walkways and paving, including Morris Sculpture surrounds - Construction of exposed aggregate concrete walk - Drainage improvements through regrading and reseeding - Restoration of trees and shrub plantings around Morris Plaza - Helical pile foundation repairs at the Morris Statue base and pier at south Walnut Plaza - Optional/additive items: - Repair of deteriorating perimeter walls - Restoration of interpretive site walls on new foundations - Conservation and restoration of the Robert Morris statue and marble base - Installation of pervious concrete - Notable Requirements: - Set aside for small businesses under NAICS 238140 (Masonry Contractors) - Compliance with USDA biobased product specifications - No specific OEMs or vendors are named in the solicitation - Place of Performance: - Independence National Historical Park, Philadelphia, PA - Contracting Office: - Business Services Contracting Division, Washington, DC
Description
The Department of the Interior (DOI) - Critical Acquisition Response Team (CART), on behalf of the National Park Service (NPS) has a requirement for Independence National Historical Park (INDE)GENERAL: This is a NEW requirement. This is a PRE-SOLICITATION NOTICE only and does not constitute a solicitation; accordingly, no response is due at this time. No questions nor phone call will be accepted about this pre-solicitation notice. All questions and phone calls will be addressed after the solicitation is posted through official amendments. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued sometime on or after April 24, 2026! The entire solicitation package, including all attachments, will be available electronically through SAM.gov only. Paper copies of this solicitation are not and will not be made available.Anyone wishing to participate in this proposed procurement must obtain their copy from SAM.gov | Home. Copies will not be mailed from the Contracting Office. All amendments will be posted on SAM.gov | Home. Contractors will be solely responsible for obtaining amendments from this site to update files.PROJECT SCOPE: The general scope of work includes: The National Park Service - Contracting Operations - Critical Acquisition Response Team (CART) is seeking one (1) contractor to provide all labor, supervision, materials, tools, supplies, transportation, personal protection equipment, and support equipment incidental for the rehabilitation of the Second Bank Block Landscape features. A. Base item work consists of:1. Replacement of damaged walkways and paving, including the Morris Sculpture surrounds2. Construction of an exposed aggregate concrete walk to replace the desire pathway. 3. Address drainage deficiencies through regrading and reseeding and repair of drainage systems4. Restoration of trees and shrub plantings around Morris Plaza.5. Helical pile foundation repairs at Morris Statue base and pier at south Walnut Plaza.B. Optional/Additive Items work consists of (Subject to Availability of Funding):1. Optional Item 1: Repair of deteriorating perimeter walls2. Optional Item 2: Restoration of interpretive site walls representing historic structures on new foundations and associated soils and planting renewal3. Optional Item 3: Conservation of Robert Morris statue and stone plinth off-site and restoration/repair and cleaning of marble base and steps. Replacement of concrete foundation. Reinstallation of sculpture.4. Optional Item 4: pervious concrete instead of exposed aggregate concrete as stated in (A)(2) above.PERIOD OF PERFORMANCE: Approximately 365 days after Notice to Proceed. Notice to Proceed will not be issued until submittals are approved, and confirmation of mobilization date. Submittals shall begin ten (10) calendar days after award.PLACE OF PERFORMANCE: Independence National Historical Park, Philadelphia, PA.PROCUREMENT TYPE: The solicitation and resulting award will be conducted under FAR Part 15 ¿ using Lowest Price Technically Acceptable under FAR 15.101-2, and FAR 36 - Construction and Architect-Engineering Contracts. The Government will issue a single firm fixed price contract in accordance with FAR 16.2. (Subject to Change per new Revolutionary FAR Updates, may change to FAR 12, but will still be lowest price technically acceptable). Reference to solicitation when issued.SET-ASIDE: This acquisition will be a 100% Small Business. Offers will only be accepted from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 238140 - Masonry Contractors and the small business size standard is $19.0.Pre-Proposal Meeting is planned for Wednesday, April 29, 2026 at 10 AM Eastern, full details will be available when solicitation is released.NOTE 1: All prospective contractors must be registered in the System for Award Management (SAM) database at http://www.sam/gov/ before award of contract; failure to register in the SAM database shall cause your firm to be ineligible for the award and removed from consideration.NOTE 2: As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 2902, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements.