WICR Demolition and Removal of Excess Building, Etc.
The National Park Service (NPS) is conducting a market survey to determine the interest and capability of contractors for a possible upcoming project. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy determination based on the results of this market survey.
The work shall take place at Wilson's Creek National Battlefield, Republic, MO. A summary of the work follows:
This project shall include removal of house, 2 utility poles, permanent well abandoning / capping, removal of associated septic tank, concrete pad, and rail fence. Following removal of structures, any remaining fill-gravel, concrete, and brick shall be removed. Any exposed Utilities shall be capped and buried at a minimum of 18 in below ground level. Remaining holes shall be filled, leveled, and graded using clean soil with at least a 4-inch top layer of clean topsoil. All fill soil shall be provided by the contractor and inspected by Contracting Officer's Representative (COR). The septic tank shall be uncovered, pumped out by contractor, and be disinfected with lime prior to removal. Soil shall be free of any contaminants, construction debris, and have no rocks over 4 inches in diameter. New soil shall be compacted to ensure there is no settling or ground erosion. If there is any noticeable settling after one year the contractor shall refill, compact, and reseed in those areas. All groundwork shall present a natural appearance and blend in with existing contour of the ground. Finally, the entire work area shall be reseeded using a seed similar or equal to the current lawn, (and covered in good clean straw. All measurements are estimates and must be field verified by contractor.
There is no indication of lead or asbestos in this project. If found, the contractor shall dispose of the lead or asbestos in compliance with federal, state, and local laws.
The work of this contract includes furnishing all labor, equipment, and materials necessary to restore the site to its original ground conditions.
The NAICS code for this project is 238910 - Site Preparation Contractors, with a small business size standard of $19M.
Contractors must have active registration as a small business and any socio-economic groups represented in SAM (System for Award Management) under NAICS code 238910 to be considered/confirmed.
All scope of work documents will be provided if/when the government proceeds with a formal solicitation.
Capability statement - A brief summary of capabilities. Must include:
1. Brief explanation of your company's ability/capabilities to perform the work required for this project.
2. All information being requested: Company Name, POC info, UEI Number, CAGE Code and all of the size status/SBA certifications.
This market research is being conducted to acquire additional information about potential contractors that may be interested in performing this work. This is not request for quote (RFQ) and does not constitute any commitment by the Government to issue any solicitation. All interested firms must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on SAM.gov.
All responses must be submitted via email not later than 1200 CST, January 23, 2026, to email address james_bissaillon@nps.gov and include the reference number (140P6026Q0006) in the email subject line.