Skip to content
Department of the Interior

Renewal of Restroom Facilities at Fort Point, GOGA

Solicitation: DOIPFBO260009
Notice ID: 5ad98ede3e024435aa2946188538d99c
TypeSolicitationNAICS 236220PSCY1QASet-AsideSBADepartmentDepartment of the InteriorAgencyNational Park ServicePostedFeb 22, 2026, 12:00 AM UTCDueMar 06, 2026, 10:00 PM UTCCloses in 12 days

Solicitation from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 06, 2026. Industry: NAICS 236220 • PSC Y1QA.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$26,069,663,898
Sector total $33,071,130,462 • Share 78.8%
Live
Median
$412,000
P10–P90
$0$99,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.8%
share
Momentum (last 3 vs prior 3 buckets)
+74621%($25,999,978,522)
Deal sizing
$412,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
San Francisco, CA • 94123 USA

Point of Contact

Name
Rankin, Quinn
Email
quinn_rankin@nps.gov
Phone
Not available

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
NATIONAL PARK SERVICE
Subagency
PWR GOGA(86000)
Office
Not available
Contracting Office Address
San Francisco, CA
94123 USA

More in NAICS 236220

Description

Renewal of Restroom Facilities at Fort Point, GOGA

SOURCES SOUGHT NOTICE (MARKET SURVEY)

The National Park Service (NPS) is conducting a market survey to determine the interest and capability of contractors for an upcoming construction project. This is a Sources Sought Notice (SSN) only and NOT A SOLICITATION FOR QUOTES. NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. 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.

The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community, which includes Section 8(a), Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Veteran-Owned Small Business (VOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB).

The North American Classification System (NAICS) code for this requirement is 236220 with a small business size standard of $45 million.

Golden Gate National Recreation Area may have an upcoming request to solicit and may award a firm fixed priced construction contract to renew the restroom facilities at Fort Point in San Francisco County, California. This project is for renewal of the restroom facilities at Fort Point and will include replacement of fixtures such as doors, toilets, urinals, restroom signs, baby changing stations, mirrors, etc. Cleaning and painting interior and exterior walls and doors, re-sealing floors, and waste removal from any demolition and rental toilets will be required for the duration of the construction at the Fort Point restroom.

The magnitude of construction is between $25,000 and $100,000.

The anticipated period of performance is 60 days after the Notice to Proceed.

Payment bonds are likely to be required, and performance bonds may be required.

Interested vendors will be required to have project superintendence by the PRIME contractor during 100% of the work on site. Interested vendors will be required to submit certified payrolls for all prime contractor and subcontractor employees. Interested vendors will be required to have a California State Contractor License Class A, B, or B-2.

Response to this announcement is strictly voluntary. No reimbursement will be made for any costs associated with providing information in response to this SSN, nor any follow-up information requests.

Responses shall be captured by filling out (in their entirety) the information on the attached document. The interested Contractor shall respond no later than 2:00 PM Pacific Time (PT) on Friday, March 8, 2026, by emailing the completed document to the Contracting Officer at Quinn_Rankin@nps.gov. No extensions will be granted, and phone calls will not be accepted. Include "Sources Sought Notice DOIPFBO260009" in the subject line of the email.

SEE ATTACHED DOCUMENT TO COMPLETE REQUIRED INFORMATION.


Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.