CONSTRUSTION, SERVICE, CROSSWALK LINE STRIPING, NA
ID: 140P3025R0004Type: Solicitation
AwardedSep 15, 2025
$86K$86,000
AwardeeACME PARKING LOT STRIPING, INC. 3238 HOLLY HILL DR Falls Church VA 22042 USA
Award #:140P3025C0010
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENCR REGIONAL CONTRACTING(30000)WASHINGTON, DC, 20242, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is soliciting proposals for a construction project focused on crosswalk line striping within the National Mall and Memorial Parks in Washington, D.C. The primary objective is to enhance pedestrian, cyclist, and motorist safety by refurbishing faded roadway markings using thermoplastic materials that comply with the Manual on Uniform Traffic Control Devices (MUTCD) and ADA standards. This project is crucial for maintaining safe infrastructure in public areas, ensuring compliance with federal regulations while promoting visibility and safety. Interested small businesses must submit their proposals by May 30, 2025, and can contact Dianna Durbin at dianna_durbin@nps.gov or 1202619739 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) for the application of thermoplastic materials for crosswalk striping and roadway markings at The National Mall and Memorial Parks in Washington, DC. The primary objective is to enhance visibility and safety for pedestrians, cyclists, and motorists by refurbishing faded and worn markings to comply with the Manual on Uniform Traffic Control Devices (MUTCD) and ADA standards. The project involves applying thermoplastic to various specified locations, including Ohio Drive, West Basin Drive, and other areas, while ensuring compliance with Federal Highway standards. Contractors are responsible for all labor, materials, and necessary traffic control, with key specifications mandating the use of reflective beads and compliance with specific quality standards for materials used. Work must be completed within 180 days, scheduled during low traffic hours, and all waste must be removed post-project. The government will not provide any property or services, and contractors must secure general liability insurance. Invoices must be submitted through the appropriate government platform for acceptance. This RFP demonstrates the government's commitment to maintaining safe infrastructure in public areas through regulated and quality-driven contracting practices.
    This document outlines a series of proposed road and parking lot enhancements in Ohio, aimed at improving traffic flow and accessibility. Key elements include markings for double yellow and white lines, crosswalks, stop bars, and directional arrows across various locations, including Ohio Drive and the Martin Luther King Jr. Memorial area. Specific plans encompass the installation of an extensive network of painted lines—totaling thousands of linear feet—along with designated parking spaces, particularly for handicapped access in multiple lots. Notable locations include the East Potomac Parking Lot, which accommodates 104 cars, and the Tennis Court Lot, which includes 17 additional spaces. Each mapped area specifies a number of markings, such as handicap symbols and directional arrows to enhance navigation and safety for both vehicular and pedestrian traffic. The summary reflects the document's primary objective of improving transportation infrastructure as part of federal, state, and local efforts to enhance public safety and accessibility in significant community spaces.
    The SealMaster Liquid Thermoplastic Traffic Marking Paint is a high-performance, durable waterborne material designed for highway and road markings. Utilizing unique cross-linking technology, it offers durability comparable to hot-melt thermoplastics and epoxies while complying with Federal Specification TT-P-1952E and TT-P-1952F Type III standards. The paint can be applied to clean asphalt or concrete surfaces without heating, making it user-friendly with conventional spray equipment. It is available in 5-gallon pails and 55-gallon drums, in white and yellow colors. Designed for various applications, from highways to parking lots, the paint is environmentally friendly, with a VOC content below 100 grams per liter. Key features include excellent chemical resistance, flexibility, and stability under varying temperatures. It requires specific conditions for application, such as a minimum temperature of 50°F, and is recommended to be applied at a wet film thickness of 30-35 mils for optimal performance. All ingredients comply with health and safety standards, with no harmful substances included. This product is particularly relevant for government agencies and contractors involved in road infrastructure projects, ensuring compliance with regulatory standards while promoting safety and sustainability in traffic marking initiatives.
    The document outlines the specifications and application guidelines for Sherwin-Williams' SetFast® Low VOC Acrylic Traffic Marking Paint, designed for use on various surfaces such as concrete, asphalt, and brick. The product features low VOC levels, thanks to acetone as its primary solvent, aligning with federal regulations while ensuring quick drying and durability. Key characteristics include a flat finish in white and lead-free yellow, with a recommended coverage of approximately 320 linear feet per gallon for standard stripes. Preparation requirements emphasize using a clean, dry surface, ensuring optimal adhesion, and diagnosing new asphalt surfaces for adequacy before painting. The paint can be applied through airless spray or conventional methods, with specific temperature and humidity conditions noted. The document also stresses safety procedures and cleaning processes with acetone, alongside a warranty disclaimer. This paint is particularly relevant to governmental requests for proposals (RFPs) and grants as it supports sustainable practices and addresses regulatory compliance in traffic management projects, highlighting its suitability for municipalities and various contractors involved in infrastructure maintenance.
    The document entitled "Synthesis of Pavement Marking Research" by the U.S. Department of Transportation’s Federal Highway Administration provides a comprehensive overview of research related to longitudinal pavement markings. It highlights their critical role in highway safety and visibility, analyzing their design, effectiveness, and various performance metrics such as width and retroreflectivity. The report underscores the necessity for appropriate criteria regarding the use of pavement markings, proposing further research into optimal marking specifications that balance width and brightness with visibility and safety. Organized into nine chapters, the report discusses standards from the Manual on Uniform Traffic Control Devices (MUTCD), asserting that existing warrants are based on outdated research. It suggests that wider edge lines result in significant safety benefits on two-lane rural highways, while on multilane roads, the impact is inconsistent. Important discussions include the distinctions between dry and wet pavement marking retroreflectivity, with evidence indicating that the performance under wet conditions remains an area requiring substantial attention. The report concludes that current standards for retroreflectivity levels are not adequate for improving nighttime safety and emphasizes the need for a national model for performance-based specifications. Overall, this synthesis serves as a reference for improving roadway safety practices and policy development in the U.S. transportation network.
    The document outlines methods for maintaining pavement marking retroreflectivity standards set by the Federal Highway Administration (FHWA) in response to safety concerns related to nighttime visibility on roadways. It emphasizes the significance of retroreflectivity, especially for older drivers, to help reduce nighttime traffic fatalities. The report details various methods to ensure compliance with the minimum retroreflectivity levels specified in the Manual on Uniform Traffic Control Devices (MUTCD). Key methods discussed include measured retroreflectivity via handheld and mobile instruments, consistent parameters nighttime visual inspections by trained inspectors, and service life assessments based on historical data or monitored markings. The document highlights the importance of flexible approaches tailored to agency resources and conditions while providing guidance on best practices for inspection and documentation. Overall, it serves as a comprehensive resource for agencies to enhance roadway safety through effective maintenance of pavement markings, ensuring they meet visibility needs in nighttime driving conditions.
    The document is a Safety Data Sheet (SDS) for SETFAST® Low VOC Acrylic Traffic Marking Paint by The Sherwin-Williams Company. It classifies the product as hazardous due to flammability, carcinogenicity, and potential organ damage upon prolonged exposure. Key warnings include serious eye irritation and narcotic effects from inhalation. The SDS details precautionary measures for safe handling, such as wearing protective gloves and ensuring adequate ventilation, along with first aid procedures in case of exposure. The product contains hazardous ingredients including acetone and xylene, which have stringent exposure limits under OSHA guidelines. Additionally, the sheet outlines environmental risks and disposal methods to comply with regulations. Emphasis is placed on the need for special handling during transport and the importance of following governmental safety and regulatory standards. This information is essential for compliance with government RFPs and grants concerning safety protocols in public works projects where such materials are utilized.
    The document pertains to the General Decision Number DC20250001, dated February 28, 2025, regarding wage determinations for heavy construction projects, including sewer, water line, and highway construction in the District of Columbia. It outlines wage rates for various labor classifications under the Davis-Bacon Act, which mandates minimum wage criteria for federal contracts. Key wages include $17.75 per hour for workers on contracts initiated or renewed post-January 30, 2022, based on Executive Order 14026, while contracts awarded between 2015 and January 29, 2022, must pay at least $13.30 per hour, reflecting Executive Order 13658. The document lists detailed classifications and wage rates for specific roles such as electricians, laborers, and operators, with variations in pay based on the complexity of the work and classifications. It also discusses additional protections and requirements for contractors under executive orders, including paid sick leave established by Executive Order 13706. Overall, this document serves to ensure compliance with wage standards and labor protections in government-contracted construction projects, highlighting the importance of standardized pay across various classifications in line with federal regulations. It reflects government efforts to balance contractor responsibilities with worker protections in public construction initiatives.
    The document outlines a project experience form required for contractors bidding on the National Mall and Memorial Parks' Crosswalk Line Striping Project. It mandates offerors to provide comprehensive information about their prior relevant projects for evaluation purposes, including firm details, project descriptions, contract numbers, locations, amounts, client contacts, and any past disputes or contract modifications. Offerors are instructed to detail their role (prime contractor or subcontractor), any time extensions, reasons for schedule non-compliance, and whether they have experienced defaults. The document emphasizes that the information gathered is sensitive and cannot imply government endorsement of the contractors or their services. Overall, it serves to ensure that only qualified contractors with relevant experience meet the project's standards, adhering to evaluation processes typical in government contracting.
    The document is a Customer Rating & Past Performance Questionnaire for the National Park Service, specifically related to Solicitation No. 140P3025R0004 concerning Crosswalk Line Striping in the National Capital Region. It seeks input on the contractor's performance from identified references to support their proposal. The questionnaire must be completed and submitted by May 30, 2025, to the Contracting Officer, Dianna Durbin. It outlines a series of rating questions focusing on various performance metrics, such as quality assurance responsiveness, adherence to schedule, adequacy of personnel, flexibility in meeting requirements, safety compliance, and overall performance. Each rating is accompanied by a scale from 1 (Exceptional) to 5 (Unsatisfactory), with an option for unknown responses. The document emphasizes the importance of detailed feedback, which will be critical in the federal contracting evaluation process, ensuring accountability and quality of service. Contractors are reminded to ensure that responses come from official email accounts, maintaining the integrity of the evaluation. The completion and return of this form are vital for the proposal's success, reflecting both the contractor's past performance and the agency's standards.
    The government document solicits proposals for a construction project focused on crosswalk line striping within the National Mall and Memorial Parks in Washington, D.C. The Request for Proposal (RFP) number 140P3025R0004 emphasizes a total small business set-aside, intended for a firm-fixed price contract to a qualified small business. Key details include the project commencement no later than 180 calendar days after receiving the notice to proceed, with a performance period extending from June 9, 2025, to December 12, 2025. Contractors must provide various documentation, including performance and payment bonds, safety plans, and detailed cost breakdowns with their proposals. The proposal emphasizes adherence to specifications and regulatory compliance, with the contractor responsible for quality workmanship and safety standards, reinforced by inspection clauses and adherence to labor regulations such as the Davis-Bacon Act regarding wage determinations. Effective communication during the project is crucial, with progress meetings required, and the contractor's representative mandated to remain onsite. The document delineates obligations regarding permits, environmental considerations, and proper disposal methods. This solicitation aligns with broader government objectives for economic participation of small businesses and regulatory compliance in federal contracts, ensuring safety and quality in federal projects.
    The Department of the Interior's National Park Service (NPS) plans to issue a Request for Proposals (RFP) for a Firm Fixed Price contract to execute crosswalk line striping on the National Mall and Memorial Parks. The project entails applying approved thermoplastic material to enhance visibility for pedestrians, motorists, and cyclists. The RFP will be publicized around February 18, 2025, and will remain open for 30 days. This procurement is designated as a 100% Total Small Business Set-Aside and requires interested contractors to possess an active vendor record in SAM.gov. The estimated project cost is between $25,000 and $100,000, with construction wage rates applicable for Washington D.C. A site visit may be arranged, although details remain undetermined at this stage. Contractors must submit a technical approach, price proposal, and evidence of past performance to demonstrate their capability. The contract is anticipated to be awarded by late March or early April 2025. Interested parties are reminded to monitor SAM.gov for details and amendments regarding the solicitation and to ensure compliance with submission requirements to avoid non-responsiveness.
    Similar Opportunities
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting proposals for the CA NP MULTI PMS(1) project, which focuses on pavement preservation efforts within Yosemite National Park and Devils Postpile National Monument in California. This task order request is exclusively open to a select group of prime contractors, including VSS International, Inc. and H-K Contractors, Inc., who will be responsible for various construction and traffic control activities aimed at maintaining and improving road infrastructure in these national parks. The project is critical for ensuring the safety and quality of transportation routes, as it follows assessments conducted under the Federal Highway Administration's Road Inventory Program, which evaluates the condition of paved roads and prioritizes maintenance needs. Interested subcontractors can find additional information and project documents on the Federal Lands Highway website, and inquiries can be directed to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    R--National Capital Region Events Management MATOC
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to manage and plan events within the National Capital Area, including high-profile occasions such as the Cherry Blossom Festival and Independence Day Celebration. The contractor will be responsible for organizing both recurring events, like the National Symphony Orchestra concerts and the National Christmas Tree Lighting, as well as nonrecurring events that may arise throughout the year. This procurement is crucial for maintaining the cultural and community engagement that these events foster in the region. Interested small businesses are encouraged to reach out to Dianna Durbin at diannadurbin@nps.gov or call 202-619-739 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.