Active Solicitation · DEPARTMENT OF THE INTERIOR

    Y--GOGA CONSTRUCT STINSON LG TOWER & CAFE

    Sol. 140P8526R0007PresolicitationSAN FRANCISCO, CA
    Open · 43d remaining
    DAYS TO CLOSE
    43
    closes Jun 6, 2026
    POSTED
    Apr 21, 2026
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Y1JZ
    Product & service classification

    AI Summary

    The National Park Service is seeking proposals for the construction of the Stinson Beach Lifeguard Tower and Visitor Snack Bar. This project involves facility demolition, construction, and compliance with environmental regulations. The estimated contract value is between $1,000,000 and $5,000,000, with a performance period of 15 months. This opportunity is set aside for small businesses.

    Contract details

    Solicitation No.
    140P8526R0007
    Notice Type
    Presolicitation
    Posted Date
    April 21, 2026
    Response Deadline
    June 6, 2026
    NAICS Code
    236220AI guide
    PSC / Class Code
    Y1JZ
    Primary Contact
    Roman, Juan
    State
    CA
    ZIP Code
    94104
    AI Product/Service
    both

    Description

    ACTION: Pre-Solicitation Notice

    PRE-SOLICITATION NUMBER: 140P8526R0007

    CLASSIFICATION CODE: Y1JZ = Construction of Miscellaneous Buildings

    CONTRACTING OFFICER: Juan Roman, juan_roman@ios.doi.gov

    NPS, PWRO San Francisco
    333 Bush Street Suite 500
    San Francisco, CA. 94104

    PLACE 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, 2025

    NORTH 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 .

    Key dates

    1. April 21, 2026Posted Date
    2. June 6, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Y--GOGA CONSTRUCT STINSON LG TOWER & CAFE is a federal acquisition solicitation issued by DEPARTMENT OF THE INTERIOR. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.