Skip to content
Department of the Interior

Z--CAPE COD NS - REPLACE DEFLINO & EGGLESTON SEPTIC

Solicitation: 140P4326R0002
Notice ID: ad5512bf0e0749579743337b6858c555

Solicitation from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: MA. Response deadline: Feb 13, 2026. Industry: NAICS 238910 • PSC Z2ND.

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 $33,095,080,127 • 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 MA
Live POP
Place of performance
Wellfleet, Massachusetts • 02667 United States
State: MA
Contracting office
Boston, MA • 02108 USA

Point of Contact

Name
Albright, Jason
Email
Jason_Albright@nps.gov
Phone
6175196145

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
NATIONAL PARK SERVICE
Subagency
NER SERVICES MABO (43000)
Office
Not available
Contracting Office Address
Boston, MA
02108 USA

More in NAICS 238910

Description

The National Park Service, Contracting Operations East, New England Major Acquisition Buying Office, issues this Request for Proposal (RFP) for a construction requirement at Cape Cod National Seashore in Wellfleet, Massachusetts. Work will consist of furnishing all labor, supervision, materials, tools, supplies, permits, professional services, and equipment as required to replace the wastewater septic systems at the Delfino and Eggleston 2 properties as detailed in the Specifications.

The estimated magnitude of the complete requirement is between $100,000 and $250,000.

Provisions and clauses - 01/08/2026
Attachment 1 - Project Specifications - 01/08/2026
Attachment 2 - Plans - 01/08/2026
Attachment 3 - DOL Construction Wage Rate Determination - 01/02/2026
Attachment 5 - Construction Contract Administration - 01/08/2026

An organized site visit has been scheduled for January 23, 2026, at 10:00 am ET. Participants will meet at 880 Cable Road, Eastham, MA, 02642.


AMENDMENT 0001:

The purpose of this amendment is to provide a response to all questions received, to provide the list of attendees to the organized pre-bid site-visit conducted on January 23, 2026, and to schedule a second organized site-visit for interested offerors that were unable to attend the first.

Therefore:

1. A response to all questions received is incorporated into this Amendment.

2. List of attendees to the January 23, 2026, site-visit is attached.

3. A second organized site-visit has been scheduled for January 29, 2026, at 10:10 am ET. Participants shall meet at 880 Cable Road, Eastham, MA, 02642.


AMENDMENT 0002:

The purpose of this amendment is to reschedule the second organized site-visit due to inclement weather affecting access to the site.

Therefore:

1. The second organized site-visit has been rescheduled for January 30, 2026, at 10:00 am ET. Participants shall meet at 880 Cable Road, Eastham, MA, 02642.


AMENDMENT 0003:

The purpose of this amendment is to provide a list of attendees to the organized pre-bid site-visit conducted on January 30, 2026, and to provide an amended Section M - Evaluation Factors for Award to remove any reference to Lowest Price Technically Acceptable Source Selection Process and replace it with the correct references to the Best Value Continuum Tradeoff Process defined at FAR Part 15.1.

Therefore:

1. List of attendees to the January 30, 2026, site-visit is attached.

2. Revised Section M - Evaluation Factors for Award is incorporated to remove any reference to Lowest Price Technically Acceptable Source Selection Process and replace it with the correct references to the Best Value Continuum Tradeoff Process defined at FAR Part 15.1

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.