Y--YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collect
ID: 140P2025R0102Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDenver, CO, 80225, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)
Timeline
    Description

    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vicki_l_freese-supler@nps.gov or 720-402-8467 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is issuing a pre-solicitation notice for the construction of the Grant Wastewater Treatment Plant and Collections and Canyon Collections at Yellowstone National Park, Wyoming. This project, classified under NAICS Code 237110 with an estimated price range exceeding $10 million, involves constructing new facilities, rehabilitating existing lagoons, demolishing various structures, and integrating a parkwide SCADA system. The solicitation will be released on or about October 1, 2025, on sam.gov, with proposals due by December 18, 2025. A pre-proposal meeting is scheduled for October 20, 2025. This is an unfunded requirement with a high expectation of future funding, and interested businesses must have an active SAM registration and UEI number.
    Shannon & Wilson prepared a Geotechnical Data Report for Jacobs Government Services Company concerning the replacement and rehabilitation of three water and wastewater treatment plants (WWTPs/WTPs) and associated collection systems at Yellowstone National Park, Wyoming. The project areas include Canyon Village, Grant Village, and Old Faithful. The report details the scope of services, which involved a preliminary design geotechnical survey in 2021 (site reconnaissance and geophysical survey) and a geotechnical investigation in 2022 (subsurface exploration and laboratory testing). A total of 34 borings were drilled, and six groundwater monitoring wells were installed. The report provides descriptions of the project areas, existing geotechnical information, preliminary design geotechnical survey findings, and results from field exploration and laboratory testing. It also outlines the geologic setting and subsurface conditions for each of the three project areas. This report supersedes previous geological interpretations and information, and a separate Geotechnical Report will provide engineering recommendations.
    This document, part of an RFP for federal grants, details site reconnaissance efforts at the Canyon Village and Grant Village Wastewater Treatment Plants (WWTPs) within Yellowstone National Park, Wyoming. The primary purpose is to assess existing conditions and identify geotechnical challenges for upcoming replacement and rehabilitation projects. The Canyon Village section includes site photographs highlighting structural issues like bowing walls, cracks, landslide scars, and fence deformation due to ground movement and erosion, along with observations of lagoons and bedrock exposures. The Grant Village section describes a site reconnaissance performed by geotechnical engineers, including observations from 13 waypoints and seven shallow test pits. Key findings include soil conditions (Silty Sand with Gravel and Poorly Graded Sand with Silt and Gravel), localized erosion, and compromised fencing due to poor drainage. The document systematically presents observations for original WWTP areas, sludge drying beds, existing lagoons, percolation ponds, leach fields, and a campground lift station, providing a comprehensive geotechnical overview for the planned WWTP upgrades.
    Shannon & Wilson, Inc. conducted a geotechnical and geophysical investigation for the "Replace and Rehabilitate WWTPs" project at Yellowstone National Park, focusing on the Old Faithful, Grant Village, and Canyon Village sites. The geotechnical reconnaissance at Old Faithful involved site observations and test pit excavations to characterize subsurface conditions, identifying Silty Sand with Gravel, Silty Gravel with Sand, and Poorly Graded Gravel with Silt and Sand. The geophysical investigation utilized 2-D Seismic Refraction Tomography (SRT) to map P-wave velocity distributions, revealing varying depths of low, transitional, and high velocity layers across the three WWTP sites. These findings, correlated with historical borehole data, provide crucial subsurface information for the project, confirming distinct geological conditions at each location. The report emphasizes the importance of confirming key findings with intrusive methods for future project decisions.
    Shannon & Wilson, Inc. conducted a geophysical investigation in Yellowstone National Park, focusing on Canyon Village, Old Faithful, and Grant Village alignments. This investigation, detailed in a July 2024 report by Collier Geophysics, utilized 2-D Seismic Refraction Tomography (SRT) to characterize subsurface conditions for a geotechnical investigation supporting proposed pipeline alignments. The project identified layers of alluvium/till, weathered rhyolite, and more competent rhyolite bedrock at varying depths, corroborated by borehole data. The report also includes detailed logs of 34 borings drilled between July and August 2022, outlining soil and rock classifications based on ASTM and ISRM standards, Standard Penetration Test (SPT) results, and thermal readings in select borings. The findings provide critical subsurface data for the "Replace and Rehabilitate WWTPs at Yellowstone National Park" project.
    The National Park Service (NPS) proposes to rehabilitate and improve wastewater and water treatment systems at Mammoth, Old Faithful, Grant, and Canyon Villages in Yellowstone National Park. Jacobs prepared an Aquatic Resources Delineation Report (August 2022) to describe wetlands and other waters of the U.S. (WoUS) in the study areas, supporting project planning and permitting under the Clean Water Act. The field delineation identified approximately 6.0 acres of wetlands (5.52 palustrine emergent, 0.19 palustrine scrub-shrub, 0.27 palustrine forested) and 0.75 acres of other waters across all sites. Individual study area findings were: Mammoth (63 acres) with 0.96 acres of wetlands and 0.03 acres of WoUS; Old Faithful (16.4 acres) with 1.56 acres of wetlands and 0.60 acres of WoUS; Grant (75.5 acres) with 0.14 acres of wetlands and 0.024 acres of WoUS; and Canyon (106 acres) with 3.3 acres of wetlands and 0.094 acres of WoUS. The delineation followed USACE manuals and guidance, with boundaries considered preliminary until verified by the U.S. Army Corps of Engineers (USACE).
    Terracon Consultants, Inc. conducted a Regulated Building Materials (RBM) survey for the Grant Village Wastewater Treatment Plant Project in Yellowstone National Park, Wyoming, on October 14, 2021. The survey, requested for planned renovations, included asbestos, lead-based paint, and hazardous building materials inspections across seven structures: Headworks Building, Lakeside Pumphouse, Lakeside Lift Station, Lab Building, Government Lift Station, Marina Generator Building, and Marina Pumphouse. No asbestos-containing materials (ACMs) were detected through laboratory analysis, but pipe flange gaskets in four buildings were assumed to be Category I nonfriable ACMs due to inaccessibility. Lead paint was detected in the Headworks Building, Lakeside Lift Station, and Lab Building. Hazardous building materials inventoried included mercury-vapor containing lamps/tubes and compressed gas fire extinguishers in various buildings. Recommendations include proper removal and disposal of assumed ACMs, compliance with USOSHA regulations for lead paint, and adherence to universal waste regulations for hazardous materials. The report emphasizes regulatory compliance and further investigation for uninspected areas like roofs.
    This government solicitation (140P2025R0102) from the National Park Service (NPS), Denver Service Center (DSC), outlines an unrestricted full and open competition for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park, Wyoming. The project, estimated to be more than $10,000,000, involves constructing new wastewater treatment facilities, rehabilitating existing lagoons, demolishing various structures, and installing telemetry. The contractor must commence work within 10 calendar days of receiving the notice to proceed and complete it within 975 calendar days, with liquidated damages of $2,301.00 per day for delays. Proposals must include a firm-fixed-price for the base work and four option line items: Grant Village Collection System Rehab, Canyon Village Collection System Rehab, Dewatering Facility, and Operations and Maintenance Storage Building. Key personnel and key trade assignments are required, and electronic invoicing via the IPP system is mandatory. The solicitation also includes various FAR and DOIAR clauses covering areas such as inspection, performance bonds, contractor ethics, and environmental compliance.
    Attachment 5, titled "General References," is a crucial form for offerors responding to government RFPs, grants, or state/local RFPs. Its primary purpose is to collect comprehensive reference information from the offeror, including details for their surety, corporate banks, insurance companies, subcontractors, and material suppliers. Offerors are explicitly instructed to provide complete and accurate information, including area codes for all telephone numbers, and to type or print legibly. A key requirement is the disclosure of any less-than-satisfactory relationships with references. In such cases, the offeror must explain the situation and outline corrective actions taken or planned. Failure to be candid about these relationships may lead to an unfavorable assessment of the offeror's past performance. This document emphasizes transparency and accountability, ensuring the government can thoroughly evaluate an offeror's reliability and past performance by verifying their stated references.
    The Past Performance Questionnaire (Solicitation No. 140P2025R0102) is a critical document for evaluating contractor performance in federal government RFPs. It is divided into five sections: Offeror Information, Contract Information for Past Project, Reference, Evaluation, and Return. Offerors complete sections A and B, then transmit the questionnaire to a reference, who completes sections C and D and sends it to the Contracting Officer. The questionnaire includes detailed evaluation criteria for quality, schedule, cost control, management, small business subcontracting, and regulatory compliance, with defined ratings from Exceptional to Unsatisfactory. All information is considered source selection sensitive and cannot be used for advertising. The document concludes with an overall recommendation and return instructions, including contact details for the National Park Service – Denver Service Center and a return deadline of December 18, 2025.
    The Project Experience Questionnaire (Solicitation: 140P2025R0102) is a critical document for offerors to detail their past project experience relevant to a federal government RFP. It requires offerors to provide comprehensive information about referenced projects, including company names, project titles, locations, descriptions, and owner details. A key component is the listing of contractors (prime and subcontractors) involved in the referenced project, specifying their roles, trades, original and final prices, and performance periods. The questionnaire includes seven detailed questions that solicit information on work performed, how it addresses solicitation elements, reasons for price and schedule changes, problems encountered and their resolutions, successful means and methods, and any additional relevant project information. This document is essential for evaluating an offeror's qualifications and their proposed approach based on past performance in the context of federal government solicitations.
    This document outlines the requirements for a Small Business Subcontracting Plan, mandatory for large business offerors proposing federal government contracts exceeding $750,000 ($1,500,000 for construction). The plan, based on FAR 52.219-9, details subcontracting goals for various small business classifications, including Small Business (42%), Small Disadvantaged Business (10%), HUBZone (3%), ISBEE (3%), Service-Disabled Veteran-Owned (5%), and Women-Owned Small Business (5%). It specifies how to determine goals, identify potential subcontractors, and manage indirect costs. The plan also defines the responsibilities of a Subcontracting Program Administrator, outlines equitable opportunity efforts, and mandates the inclusion of FAR clauses in subcontracts. Reporting requirements, recordkeeping, and good faith efforts are emphasized, with specific reporting periods for Individual Subcontracting Reports (ISR) and Summary Subcontract Reports (SSR) via eSRS. The document concludes with sections for approval signatures from the Prime Contractor, Contracting Officer, Small Business Specialists, and the SBA, and includes a list of Commercial Market Representatives (CMRs).
    The document outlines the contract for the Yellowstone National Park Grant Village Wastewater Treatment Plant & Collection System and Canyon Village Collection System project. The project involves replacing the Grant Village Wastewater Treatment Plant and rehabilitating the wastewater collection systems in both Grant and Canyon Villages. The scope of work includes constructing new treatment plant buildings, installing new process equipment, providing instrumentation and control systems, and demolishing existing infrastructure. Optional bid items cover extensive rehabilitation of the collection systems, including CCTV inspection, point repairs, pipe replacement, Cured-in-Place Pipe (CIPP) lining, and manhole rehabilitation. The project also details contractor responsibilities regarding site use, environmental protection, public access, and coordination with other entities like Northwestern Energy and Lumen. Emphasizing sustainable design, the contract requires adherence to park rules, wildlife protection, and stringent safety measures.
    The document consists solely of repeated dates from May 6, 2025, and digitally signed dates from May 7, 2025. Without additional context, it is impossible to determine the main topic, purpose, or specific details relevant to government RFPs, federal grants, or state/local RFPs. The file appears to be a list of dates, possibly indicating a timestamp or a series of actions over two days, with some actions being digitally signed. However, no substantive information is provided to allow for a comprehensive summary beyond noting the dates themselves.
    This government file comprises topographic surveys and a tree removal/fire protection plan for the Grant Village Wastewater Treatment Plant (WWTP) in Yellowstone National Park. The surveys detail the upper area, headworks area, and Loop A lift station, including existing utilities like sanitary, water, electric, and communication lines, as well as structures, elevations, and control points. The tree removal plan outlines zones for 10', 30', and 100' clearances around various facilities (Process Facility, Bioreactor and Digester Facility, Headworks Facility, Dewatering Facility, O&M Storage Building) to mitigate wildfire risk. It emphasizes preserving visual screening from Yellowstone Lake where possible. All survey data is based on fieldwork from 2021-2023, with coordinates tied to Wyoming State Plane West Zone NAD83 (2011) and elevations to NAVD88.
    The document primarily consists of dates, with "05/06/2025" appearing repeatedly and "DIGITALLY SIGNED: 05/07/2025" along with "DIGITALLY SIGNED: 08/07/2025" also being present. Given the context of government files, RFPs, grants, and state/local RFPs, these dates likely represent critical timestamps such as submission deadlines, effective dates, or signature dates for a significant government document or project. The prevalence of "05/06/2025" suggests a primary date of importance, while the digitally signed dates indicate official approvals or acknowledgments occurring on "05/07/2025" and "08/07/2025". This file likely serves as a record of an event or process with defined timelines and official endorsements.
    The document outlines the "Grant Village Wastewater Collection Restoration Plan" for Yellowstone National Park, detailing landscape restoration efforts. It includes a key map, sheet index, and specific restoration plans for various profiles (1-1 to 1-6, 2-1 to 2-4, 2-6 to 2-10, and 3-1 to 3-2). The plan specifies that all disturbed landscape areas, except those occupied by structures, roads, hardscape, or other facilities, will undergo topsoil preparation, spreading, and mulching, with seeding operations handled by the owner. Areas excluded from landscape restoration will be restored to their existing or better condition. The document also identifies specific manholes and laterals requiring restoration, while noting areas with "NO RESTORATION" or "DESCOPED" status. The project is designed by D. Arseneau and S. Sigler, with a date of May 2025.
    The “CANYON VILLAGE WASTEWATER COLLECTION RESTORATION PLAN” details landscape restoration efforts for the Wastewater Collection System in Yellowstone National Park. This plan, dated May 2025, outlines the restoration of disturbed areas through topsoil preparation, spreading, and mulching, with seeding operations to be performed by the owner. Areas not covered by landscape restoration, such as structures, roads, and hardscapes, will be restored to their existing or better condition. The document includes a key map, sheet index, and numerous profiles (1-3 to 4-5) illustrating specific restoration areas, including asphalt roads, concrete walks, and gravel sites. It also lists various manholes and laterals, with some designated for no restoration. Several profiles and sheets, including 1-1, 1-2, 1-8, 3-1, 3-4, 3-9, 4-1, 4-2, and 4-4, are descoped or part of the Canyon WWTP Contract, not included in this bid set.
    Solicitation #140P2025R0102 outlines the Grant Wastewater Treatment Plant and Collections and Canyon Collections project, addressing numerous questions and clarifications. Key updates include using CLDI per specification 33 05 01.02 for buried PD piping and PVC for interior PD, referencing 40 27 00.10. RS gravity sewer will use CL53 pipe with ceramic epoxy lining per 33 05 01.12.01. Two-inch V757 air release valves are required for sewage lines, and buried DIP must extend beyond the building to include flexible joint detail 3305-609 before transitioning to HDPE. Flexible joints are mandatory where pipes exit structures. The UV reactor design flow is set at 0.52 MGD, requiring a smaller 8-lamp reactor. Subcontracting goals remain in effect, and Gold Certification for Inductive Automation integrators is mandatory. The project also clarifies several electrical and mechanical specifications, including NEMA enclosure ratings, PLC/OIU compatibility, and acceptable motor types, to ensure consistency and compliance with updated design requirements.
    Solicitation 140P2025C0040, "YELL 310402 - Grant Wastewater Treatment Plant and Collections and Canyon Collections: Questions and Answers," addresses critical clarifications for a government RFP. The document, dated November 11, 2024, provides responses to 32 questions regarding specifications, drawings, and project requirements. Key issues clarified include the type and characteristics of buried and interior PD piping (CLDI and PVC, respectively), the correct specification for "RS" gravity sewer (CL53 pipe with ceramic epoxy lining), and the use of 2" V757 air release valves on sewage lines instead of 1" V750 valves. The document also details requirements for buried DIP transitions, flexible joint locations, pipe coordinate points, and material transitions. Other clarifications cover valve specifications (e.g., PRV-475-415 should be V716, V690 flap gates), UV reactor design flow, project experience and past performance submissions, and the availability of planholders lists and bid documents on SAM.gov. Crucially, it confirms the requirement for Gold Certification with Inductive Automation for integrators and allows "or equal" products for membrane equipment and coating systems. Additionally, it addresses ground improvement depths for the dewatering facility and the volume of sludge to be dewatered from Aeration Ponds #1 and #2. The document also provides a detailed specification for Ductile Iron Pipe and Fittings (Section 33 05 01.02) and Process Valves and Operators (Section 40 27 02), covering applicability, references, submittals, quality assurance, materials, functional and performance characteristics, and installation procedures. It emphasizes compliance with AWWA standards, NSF/ANSI certifications, and factory testing. The hydrostatic testing procedure requires a zero-leakage standard unless approved by the Contracting Officer. This comprehensive Q&A and specification update ensures clarity and compliance for bidders on this significant wastewater treatment plant project.
    Amendment 0001 to Solicitation 140P2025R0102, dated September 26, 2025, announces a pre-bid meeting for the YELL 310402 - Grant Wastewater Treatment Plant and Collections and Canyon Collections project. The meeting will be held on October 22, 2025, at 9:00 AM MS at the Grant Village General Store Parking Lot. Interested parties must RSVP by October 21, 2025, COB, via email to Jason Longshore at jason_longshore@nps.gov, providing their firm's name and the number of attendees. This amendment modifies the original solicitation, and all other terms and conditions remain unchanged. Offers must acknowledge receipt of this amendment by one of the specified methods prior to the offer receipt deadline, which is not extended.
    This amendment (140P2025R0102, Amendment No. 0002) to a solicitation for YELL 310402 - Grant Wastewater Treatment Plant and Collections and Canyon Collections, issued by NPS, DSC Contracting Services Div, provides crucial updates for potential offerors. The main purpose of this amendment is to furnish a site map for the location of the site showing and to provide emergency Point of Contact information for the day of the site showing. Offerors must acknowledge receipt of this amendment by October 8, 2025, through specified methods, including completing items 8 and 15 and returning copies, or by separate communication. Failure to acknowledge receipt by the deadline may result in the rejection of offers. The amendment also lists Vicki Freese-Supler (720-402-5467) and Josh Hooper (303-882-3133) as points of contact for emergencies during the site showing. All other terms and conditions of the original solicitation remain unchanged and in full force and effect.
    Amendment 0003 to solicitation 140P2025R0102 for the YELL 310402 - Grant Wastewater Treatment Plant and Collections and Canyon Collections project clarifies key aspects of the Request for Proposal. This amendment provides the site showing sign-in sheet, establishes a question cutoff date, and clarifies the period of performance. All questions must be submitted to Vicki Freese-Supler and Jeanna Manseau by December 4, 2025, at 2:00 p.m. MT. Furthermore, it details that the contractor must commence work within 10 calendar days of receiving the Notice to Proceed and complete the entire project within 975 calendar days, inclusive of winter shutdowns. All other terms and conditions of the solicitation remain unchanged.
    Solicitation Amendment 0004 for project 140P2025R0102, concerning the YELL 310402 - Grant Wastewater Treatment Plant and Collections and Canyon Collections, has been issued. The purpose of this amendment is to provide responses to questions received and to furnish updated Construction Specifications. Additionally, word versions of various forms referenced in the solicitation are now included. All other terms and conditions of the original solicitation remain unchanged. The deadline for acknowledging receipt of this amendment is November 19, 2025.
    Amendment 0005 to Solicitation 140P2025R0102 for the YELL 310402 - Grant Wastewater Treatment Plant and Collections and Canyon Collections project extends the proposal due date from December 18, 2025, to January 7, 2026, at 2:00 p.m. Mountain Time. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, by acknowledging on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may lead to the rejection of an offer.
    Amendment 0006 to Solicitation 140P2025R0102 addresses the "YELL 310402 - Grant Wastewater Treatment Plant and Collections and Canyon Collections" project. Issued by NPS, DSC Contracting Services Div in Denver, CO, this amendment provides responses to questions and updates several construction specifications and drawings. Key updates include Construction Specifications for Summary of Work, Project Management and Coordination, Ductile Iron Pipe and Fittings, Manholes, Septage Receiving System, Dewatering Screw Press, and Ultraviolet Disinfection Equipment. Additionally, several drawing sheets are updated. The deadline for acknowledging this amendment is December 1, 2025, and all other terms and conditions of the original solicitation remain unchanged.
    The National Park Service (NPS) is issuing Solicitation No. 140P2025R0102 as an Unrestricted Full and Open Competition for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project. This Request for Proposal (RFP), dated September 26, 2025, seeks contractors for construction valued at over $10,000,000, with an anticipated performance period from August 4, 2025, to November 30, 2028. The project involves the construction of miscellaneous buildings, identified under NAICS code and product service code Y1JZ. Proposals are due by December 18, 2025, at 13:00 local time, requiring a 90-calendar day acceptance period. This unfunded requirement is highly likely to receive funding, with award contingent on availability. Contractors must include all federal, state, and local taxes in their proposals, as the project is not tax-exempt. A pre-proposal site visit is available, and performance and payment bonds are mandatory.
    Similar Opportunities
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California. This project aims to construct a new facility adjacent to the existing plant, which has been in operation for over 50 years, and is critical for managing wastewater for various park facilities, including campgrounds and visitor centers. The contract, valued at over $10 million, requires completion within 2,190 calendar days, with proposals due by January 7, 2026. Interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310 for further details.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    WY NPS YELL 10(26), Gardner River High Bridge
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NPS YELL 10(26) project, which involves the rehabilitation of the Gardner River High Bridge located 1.5 miles east of Mammoth, Wyoming. The project encompasses a range of construction activities, including lead-based paint removal, bridge painting, approach span replacement, deep patch repairs, guardwall construction, and joint replacement, all spanning a total length of 0.32 miles. This initiative is crucial for maintaining infrastructure within Yellowstone National Park and ensuring safe access for visitors, with an estimated contract value between $20 million and $30 million. Interested vendors should note that the solicitation is anticipated to be released in Winter 2025/2026, and they can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) agreement, with a completion timeline of 390 calendar days and provisions for liquidated damages for delays. Interested contractors should contact Edwin Berry at edwinberry@contractor.nps.gov or 303-969-2288 for further details, and must acknowledge receipt of the solicitation amendment by the specified deadline to avoid rejection.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Y--Grand Teton NP Industry Day and Project Outreach
    Buyer not available
    The National Park Service (NPS) is hosting an Industry Day and Project Outreach event aimed at informing contractors about upcoming federal acquisition projects at Grand Teton National Park. Scheduled for December 10, 2025, from 9 AM to 11 AM at the Craig Thomas Discovery and Visitor Center in Moose, WY, this event will facilitate open discussions regarding various projects planned for 2027 and beyond, including the Moose Entrance Station, historic building rehabilitations, and improvements to visitor facilities and roadways. Contractors interested in participating must RSVP to Molly Lynam at mollylynam@nps.gov at least 24 hours prior to the event to ensure their attendance.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.