Opportunity

SAM #140P8526R0009

Demolition of Multiple Excess Facilities at Yosemite National Park

Buyer

NPS Power Safety/SEA MABO

Posted

April 16, 2026

Respond By

May 01, 2026

Identifier

140P8526R0009

NAICS

238910

This opportunity seeks small business contractors for the demolition and removal of ten deteriorating structures at multiple sites within Yosemite National Park. - Issued by the National Park Service (NPS), Department of the Interior - Scope includes: - Demolition and disposal of ten structures, including: - Yosemite Valley Lodge Post Office - Wawona Fire Training House - 9722 Buckeye Court, El Portal - Multiple buildings at Crane Flat Nature Bridge Campus - Contractor must provide all labor, materials, supervision, management, transportation, and equipment - No specific OEMs or products required - Set aside for Small Business concerns under NAICS 238910 (Site Preparation Contractors) - Firm-fixed-price contract - Estimated value: $500,000 to $1,000,000 - Award based on price and non-price factors (technical capability, past performance) - Work performed at various locations within Yosemite National Park, some in ecologically sensitive areas

Description

PRE-SOLICITATION ANNOUNCEMENTYOSEMITE NATIONAL PARKYOSE Demo Various StructuresRFP No. 140P8526R0009The National Park Service (NPS), Yosemite National Park (YOSE) has a need for the deconstruction and removal of ten (10) deteriorating structures within Yosemite due to their safety risks, ongoing maintenance costs, and negative impact on ecological restoration efforts. These structures, some located in ecologically sensitive areas, have been neglected and pose hazards to public safety and the local ecosystem. Attempts to rehabilitate these buildings have proven economically impractical, as costs to meet current building codes exceed their replacement value. The NPS aims to eliminate these structures to reduce deferred maintenance liabilities and reallocate resources to critical park operations, thus enhancing visitor safety and ecological integrity.Work to be PerformedThe contractor shall provide all parts, materials, labor, supervision, management, transportation, and equipment necessary to perform the work.The contractor shall maintain an adequate workforce to complete the work associated with the contract in a timely manner, within the period of performance.The work consists of selective demolition and disposal of ten (10) different project location in Yosemite National Park.1. Yosemite Valley, Yosemite Valley Lodge Post Office2. Wawona- Fire Training House3. El Portal site (located at 9722 Buckeye Court)4. Crane Flat- Nature Bridge Campus (Pit toilet)5. Crane Flat- Nature Bridge Campus (Building E)6. Crane Flat- Nature Bridge Campus (Building D)7. Crane Flat- Nature Bridge Campus (Staff Housing F)8. Crane Flat- Nature Bridge Campus (Staff Housing B)9. Crane Flat- Nature Bridge Campus (Building 6018)10. Crane Flat- Nature Bridge Campus (Woodshed)This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 238910; the small business size standard is $19.0 million. The construction magnitude for this solicitation is $500,000.00 to $1,000,000.00. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a comparative evaluation of offers considering price and other non-price factors (technical capability and past performance) as listed in the RFP. The RFP will be available via electronic commerce only and may be accessed on or about 12 MAY 2026, at SAM.gov: https://sam.gov/. The due date for proposals is estimated to be 16 JUNE 2026. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFP.An organized site visit has been tentatively scheduled for 19 May 2026. Additional information on the site visit will be included in the solicitation.SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website.A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor’s own expense.NOTE: Information contained in this pre-solicitation announcement is subject to change.

View original listing