SOLICITATION NOTICE
C -- C--AE - Rehabilitate Buzzard Point Park
- Notice Date
- 2/12/2026 4:19:36 AM
- Notice Type
- Presolicitation
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
- ZIP Code
- 20170
- Solicitation Number
- 140D0426R0027
- Archive Date
- 02/28/2026
- Point of Contact
- Graham, Ericka, Phone: 0000000000
- E-Mail Address
-
ericka_graham@ibc.doi.gov
(ericka_graham@ibc.doi.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a pre-solicitation notice ONLY. This is not a request for proposal, quotation, or bid. Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD) on behalf of the National Park Service (NPS) intends to issue a solicitation for a single contract for Title I & II Architect-Engineer (AE) services for the Rehabilitation of Buzzard Point Park, a section of park land within Anacostia Park. The Government intends to issue a solicitation under the authority of Federal Acquisition Regulation (FAR) Overhaul Subpart 36.102 � Architect-Engineer Services. This is a Total Small Business Set-Aside under NAICS 541320 � Landscape Architecture. Proposed Contract Type: The anticipated contract type is Firm-Fixed Price (FFP). Period of Performance: The work must be completed within 765 calendar days from award. Scope Summary: NPS requires Title I & II architectural and engineering (AE) services including supplemental services to plan, design, and prepare construction documents for the Rehabilitation of Buzzard Point Park, a section of park land within Anacostia Park. Work includes, but is not limited to: � Complete Site Investigation/Assessment and Submit 70% Draft and Final Site Investigation/Assessment Reports � Complete Geotechnical Survey � Develop two (2) original design alternatives for presentation to both the Commission of Fine Arts and the National Capital Planning Commission. Using the recently completed Buzzard Point Environmental Assessment (EA) and Buzzard Point 30% Schematic Design (SD) drawing set. A/E shall utilize elements from the 30% concepts to further develop two (2) design alternatives for presentation to both the Commission of Fine Arts and the National Capital Planning Commission. � Thoroughly investigate/evaluate the feasibility using a Living Shoreline in place of a hardened shoreline structure. � Evaluate the feasibility of adding a restroom facility to the existing PEPCO Building or as a stand-alone structure. � Facilitate two (2) half-day Workshops with Key Project Stakeholders including NPS. � Facilitate/Conduct mini value analysis study in collaboration with NPS to analyze schematic design alternatives, prepare Value Analysis Report. � Investigating and preparing submission requirements for any local or State permits. � Identify submission requirements for CFA and NCPC Concept and Preliminary Reviews, prepare required briefing documents and present projects to Commissions. � Prepare Class A, B, and C cost estimates. � Prepare construction documents including drawings, specifications, Contract Price Schedule (Bid Sheet), product cut sheet notebook, construction schedule, and submittal list. Anticipated Evaluation Factors: (1) Professional qualifications necessary for satisfactory performance of required services (2) Specialized experience and technical competence in the type of work required, including, and where appropriate, experience in energy conservation,�pollution prevention,�waste reduction, and the use of�recovered materials. a. Specialized experience in landscape architecture and original landscape design/site-planning for urban parks, with additional consideration given to past experience with native vegetation plantings;� b. Specialized experience with projects involving environmental engineers or environmental consultants, with additional consideration given to past experience with living shoreline treatments; c. Demonstrated experience producing high-quality project visualizations and renderings. (3) Capacity to accomplish the work in the required time; (4) Past performance�on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project The anticipated solicitation with additional details and submission instructions will be issued on or around March 2, 2026. At that time, responsible sources may submit a response to be considered by the agency.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/db73fcb76d764992a5d286aa651e50fa/view)
- Place of Performance
- Address: Buzzard Point Park, Washington, DC 20024
- Zip Code: 20024
- Zip Code: 20024
- Record
- SN07714147-F 20260214/260212230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |