Skip to content
Department of the Interior

WICR Demolition and Removal of Excess Building Etc

Solicitation: 140P6026Q0006
Notice ID: a80545db97ad46fba4387d22c72ce31b

Combined Synopsis Solicitation from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: MO. Response deadline: Mar 04, 2026. Industry: NAICS 238910 • PSC P400.

Market snapshot

Awarded-market signal for NAICS 238910 (last 12 months), benchmarked to sector 23.

12-month awarded value
$5,088,687,072
Sector total $33,072,247,130 • Share 15.4%
Live
Median
$999,000,000
P10–P90
$173,463$999,000,000
Volatility
Volatile100%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
15.4%
share
Momentum (last 3 vs prior 3 buckets)
+17337746%($5,088,628,372)
Deal sizing
$999,000,000 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 →
Map for MO
Live POP
Place of performance
6349 State Highway ZZ • Republic, Missouri • 65738 United States
State: MO
Contracting office
Omaha, NE • 68102 USA

Point of Contact

Name
Bissaillon, James
Email
James_Bissaillon@nps.gov
Phone
4028008292

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
NATIONAL PARK SERVICE
Subagency
MWR MIDWEST REGION(60000)
Office
Not available
Contracting Office Address
Omaha, NE
68102 USA

More in NAICS 238910

Description

Demolition and Removal of Excess Building, Wilson's Creek National Battlefield (WICR)

Combined Synopsis Solicitation 140P6026Q0006

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

(ii) Solicitation number 140P6026Q0006 is issued as a Request for Quote (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06. The FAC is available at https://www.acquisition.gov/FAR.

(iv) This requirement is set aside for Total Small Businesses in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside, under NAICS 238910 - Site Preparation Contractors with a small business size standard of $19M.

(v) Line items:

00010 Demolition and Removal of Excess Building in accordance with the Scope of Work and all addenda, quantity of one (1), unit of issue job (jb)

(vi) This solicitation is for the performance of removal of house, 2 utility poles, permanent well abandoning/ capping, removal of associated septic tank, concrete pad, and rail fence. at Wilson's Creek National Battlefield, Republic, Missouri 65738.

(vii) Date(s) and place(s) of delivery and acceptance and FOB point:
Period of Performance: The total work of this contract shall be performed and completed within 180 from the Notice to Proceed date.

Performance and Acceptance Location:
Wilson's Creek National Battlefield
Campground Springs Address
6349 State Highway ZZ
Republic, MO 65738

FOB: Destination

(viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES in the Standard Form 1449 document)

Any questions pertaining to this solicitation must be sent via email to james_bissaillon@nps.gov on or before February 23, 2026, at 5:00 pm CST. All questions will be answered in an Amendment to this solicitation and posted on or about February 24, 2026.

(ix) The provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition.

The Government may award a contract resulting from this solicitation to the responsive offeror whose offer conforms to the solicitation and is evaluated as the most advantageous to the Government, price and other factors considered.

Quotes will receive a preliminary review to determine whether the quote contains sufficient information, as required by the solicitation, to allow the government to perform a meaningful evaluation. If the results of this preliminary review indicate that the quote lacks sufficient information to allow a meaningful evaluation to be conducted, the Contract Specialist/Contracting Officer may eliminate the quote from further evaluation and consideration for an award.

If an award is determined to be in the best interest of the government, it will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsive offeror submitting a quote that provides the best value to the Government. In determining best value, the following factors will be considered:
(1) Technical (2) Past Performance and (3) Price.

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services (Oct 2025), with its offer.

(xi) The clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties except for administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government.

(xii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (DEVIATION Feb 2025), applies to this acquisition including paragraph (a) and the following clauses in paragraph (b): 52.203-17, 52.204-10, 52.204-27, 52.204-28, 52.204-30, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.225-1, 52.225-3, 52.225-13, 52.226-8, 52.232-33, 52.240-1, 52.222-41, 52.222-42, 52.222-62. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

(xiii) Offerors shall comply with the included terms and conditions applicable to acquisitions of commercial items and all addenda/attachments.

Offerors are to refer to the complete solicitation package for full terms and conditions. The complete solicitation package includes this posting, all attachments, and any amendments which may be posted during the solicitation.

The full text of the referenced FAR clauses (and provisions) may be accessed electronically at https://www.acquisition.gov/far/.

Attachments included:

1. Scope of Work
2. DOL Wage Determination
3. Technical Questionnaire
4. Standard Form 1449

(xiv) N/A

(xv) All offers must be submitted by the due date to be considered. Quotes are due on or before March 4, 2026, at 1:00 pm CST.
Quotes shall be submitted electronically via email to: james_bissaillon@nps.gov

(xvi) Contract Administration Data

James Bissaillon
Contract Specialist
Department of the Interior, National Park Service
ConOps Central, Nebraska Major Acquisition Buying Office
Email: james_bissaillon@nps.gov
Phone: (402) 800-8292

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.