BRVB - Entry Courtyard Improvements
The National Park Service (NPS) is conducting a market survey to determine the interest and capability of contractors for a possible upcoming project. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy determination based on the results of this market survey.
Prime contractors interested in working at Brown V Board of Education National Historical Park the work will consist of:
Work consists of improvements to be made within the City of Topeka Right-of-Way (ROW) as well as on NPS property. New entry courtyard concrete paving and stairs in the same layout as the existing configuration, maintaining the historical jointing patterns that currently exist, but with reconfigured longitudinal and cross slopes that are ABA compliant. Existing signs will be relocated to concrete viewing areas on NPS property, rather than being within the city’s ROW. The site will be graded so the existing low point where storm water currently pools will be relocated to the turf grass lawn area with drainage directed into an aggregate storage chamber. During higher intensity rain fall events, storm water that ponds in the turf grass lawn area will be graded to allow for overflow discharge onto the ROW sidewalk and be conveyed to Monroe St by means of a new concrete curb ramp that accesses the existing pedestrian loading zone, ultimately draining to the city’s existing storm sewer network. The project includes removal of approximately 7,362 SF of existing concrete courtyard and stair pavement, 8 LF of existing stair handrails, removing/salvaging/and relocating 7 existing signs, removing/salvaging/and relocating 1 existing ABA door-button pedestal, removing/salvaging/and reinstalling 4 existing door stops, installing/removing approximately 276 LF of tree protection fencing, and installing/removing approximately 266 LF of straw wattles.
Improvements include approximately 1,845 SF of 5" depth, fiber mesh, reinforced pc concrete pavement adjacent to existing trees, 5,497 SF of 5” depth, fiber mesh, pc concrete pavement, 153 SF of 6” depth, fiber mesh, #6 6x6 wire mesh pc concrete ABA curb ramps, 16’ wide pc concrete stairs with (4) - 6 ¼” risers and (3) - 13 ½” treads, 816 SY of 5” depth AB-3 aggregate subbase under pavement, 11 LF of ornamental stair handrails, 23 LF of combined pc concrete curb and gutter (type 1), 39 SF of ABA detectable warning panels with truncated domes, 50 CY of 4” depth top soil stripped and respread, 60 CY of excavation and haul-off, 3 CY of No.57 aggregate with filter fabric for storm water storage chamber, 4,200 SF of turf grass lawn sod, and traffic control. We anticipate that work would begin in late Summer 2026.
The NAICS code for this project is 237310, Highway, Street, and Bridge Construction Contractors, with a small business size standard of $45M. The Magnitude of Construction anticipated is between $250,000 and $500,000. Interested contractors should also consider their construction bonding capacities when responding.
Contractor must be registered as a small business under the listed socio-economic categories in SAM (System for Award Management) under NAICS code 237310 to be considered/confirmed.
Interested firms must submit the attached Market Research Sources Sought Survey.
This market research is being conducted to acquire additional information about potential contractors that may be interested in performing this work. This is not an invitation for bid (IFB) and does not constitute any commitment by the Government to issue any solicitation. 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.
All responses must be submitted via email not later than 1200 CT, April 28, 2026. Email address: bridget_parizek@io.doi.gov. Include the reference number (140P6026B0004) in the subject line.