83--REPLACE 2ND DIVISION FLAGPOLES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, National Park Service (NPS) is soliciting proposals for a Firm Fixed-Price contract to replace two flagpoles at the Second Division Infantry Memorial in Washington, DC. This is a Total Small Business Set-Aside. Proposals are due April 3, 2026, at 12:00 PM EDT.
Scope of Work
This project involves the demolition and legal disposal of two existing flagpoles, followed by the furnishing and installation of two new commercial-grade, 40-foot aluminum, electrically operated (automatic) flagpoles. The scope includes new foundations, internal wiring, controls, and all necessary components for a complete and fully operational system. Contractors must connect to existing site electrical infrastructure, protect existing monument features, and provide on-site training. New flagpoles are to be powder coated white and mounted in existing metal bases, with existing eagle finials remounted. Underground wiring must be routed in Schedule 40 or 80 PVC conduit.
Key Clarifications & Requirements
Recent clarifications (Amendment 0001 and Attachment 4 Q&A) confirm that foundation work is limited to securely mounting new flagpoles in the existing bronze bases, without drilling into or modifying the granite monument. Electrical conduit for automatic motors should be routed on top of the granite to minimize visibility. The automatic system is for full and half-staff positions, with manual operation for other needs. Work must be performed professionally, safely, and minimize disruption to park operations, adhering to all applicable safety regulations. A site visit was scheduled for March 26, 2026. Bidders must also adhere to prevailing wage rates as outlined in the attached Davis-Bacon Wage Determination.
Contract Details & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 332323, 500 employees)
- Period of Performance: 60 days from Notice to Proceed, anticipated May 1, 2026, to July 1, 2026.
- Place of Performance: President's Park, near 17th St NW & Constitution Ave NW, Washington, DC.
- Work Hours: 7:00 AM to 4:00 PM, Monday through Friday (no Federal holidays or weekends).
- Submission Deadline: April 3, 2026, 12:00 PM EDT.
- Submission Method: Email to Contracting Officer Juan Roman (juan_roman@ios.doi.gov).
Evaluation & Submittals
Offers will be evaluated based on a comparative assessment of Price, Relevant Experience, and Past Performance. Required submittals include a completed SF 1449, signed amendments, specific FAR provisions (e.g., 52.204-24, 52.212-3(v)(2)(i), 52.229-11), Past Performance, and Relevant Experience documentation.