Opportunity

SAM #140P8526R0007

Construction of Stinson Beach Lifeguard Tower and Visitor Snack Bar at Golden Gate National Recreation Area

Buyer

NPS Power Safety/SEA MABO

Posted

April 21, 2026

Respond By

June 06, 2026

Identifier

140P8526R0007

NAICS

236220, 237310, 238990, 238210, 238220, 238110

The National Park Service (NPS), Pacific West Region, is requesting proposals for the construction of a new lifeguard tower and visitor snack bar at Stinson Beach within the Golden Gate National Recreation Area. - Government Buyer: - Department of the Interior (DOI), National Park Service (NPS), Pacific West Region Office, San Francisco - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Complete demolition of existing facilities - Materials testing and hazardous material abatement - Disposal of debris and hazardous materials - Wood and deep concrete pile driving - Foundation construction - Installation of site utilities (gas, electric, communications) - Water and wastewater systems - HVAC system installation - Commercial kitchen installation - Structural steel construction - Tower observation platform/lantern installation - Finish carpentry - Asphalt and concrete paving - Contractor must provide all labor, supervision, engineering, permitting, materials, equipment, tools, parts, supplies, and transportation - Unique or Notable Requirements: - Project is set aside for Total Small Business Concerns - Work will be performed at a federal recreation area (Golden Gate National Recreation Area, Stinson Beach, San Francisco, CA) - Estimated project value is between $1,000,000 and $5,000,000 - Period of performance is 15 months (456 calendar days)

Description

ACTION: Pre-Solicitation NoticePRE-SOLICITATION NUMBER: 140P8526R0007CLASSIFICATION CODE: Y1JZ = Construction of Miscellaneous BuildingsCONTRACTING OFFICER: Juan Roman, juan_roman@ios.doi.govNPS, PWRO San Francisco333 Bush Street Suite 500San Francisco, CA. 94104PLACE OF PERFORMANCE: Golden Gate National Recreation Area, 21 Fort Mason, San Francisco, CA 94123 PLACE OF PERFORMANCE COUNTRY: USA TITLE OF PROJECT: Replace Stinson Beach Lifeguard Tower and Visitor Snack Bar. GENERAL: The National Park Service (NPS), Department of Interior (DOI), ConOps West, is soliciting proposals on a full and open 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 for 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 8, 2025NORTH 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: This project will encompass multiple construction components and will require a contractor to be knowledgeable of both state and federal regulations as well as natural resource protection, specifically dunes, while working in marine/coastal conditions. The projected scope of work will include complete facility demolition, materials testing, potential hazardous material abatement, and the proper disposal of all materials. Construction will include wood and deep concrete pile driving, concrete foundation construction, site utilities work (gas, electric, communications), water & wastewater , HVAC, commercial kitchen installation, structural steel construction, tower observation platform/lantern installation, finish quality exterior and interior carpentry, and asphalt/concrete paving. The selected contractor will be responsible for all labor, supervision, engineering, permitting, materials, equipment, tools, parts, supplies, and transportation to perform the services described in the specifications and drawings for the project.PROJECT MAGNITUDE: Between $1,000,000 and $5,000,000.ESTIMATED PERIOD OF PERFORMANCE: 15 Months (456 calendar days)SET ASIDE: This acquisition has been set-aside for Total Small Business Concerns. Offer received from concerns that are not small business concerns shall be considered nonresponsive 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 .

View original listing