56--Asphalt Surface Sealer and Rejuvenating Asphalt Se
ID: 140P1425Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR NORTHERN ROCKIES(12200)YELWSTN NL PK, WY, 82190, USA

NAICS

Asphalt Paving Mixture and Block Manufacturing (324121)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 7:00 PM UTC
Description

The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide asphalt surface sealers and rejuvenating asphalt sealers for road projects in Yellowstone National Park. The procurement involves the supply, transport, and delivery of Polymerized Asphalt Surface Sealer Chip Retention (PASS-CR) and Gilsonite-based Asphalt Sealer (GSB-78), with strict adherence to delivery protocols and material specifications to ensure quality and environmental compliance. This initiative is crucial for maintaining the park's roadway infrastructure while preserving its natural environment, with the contract period set from June 1, 2025, to September 28, 2025. Interested parties should contact Colton Nelson at colton_nelson@nps.gov or call 720-390-0199 for further details, and must acknowledge the solicitation amendment in their submissions to avoid rejection.

Point(s) of Contact
Files
Title
Posted
The document primarily presents a detailed map and overview of Yellowstone National Park, highlighting various geographic features, landmarks, and logistical information vital for visitors. It includes elevations of notable peaks, river systems, major geyser basins, and lakes, as well as distances and accessibility routes to and from the park. Key locations such as Old Faithful, Grand Prismatic Spring, and various visitor centers are mentioned, emphasizing the park's unique hydrothermal features. The document also provides important travel information, including road conditions, seasonal closures, and nearby towns. Given its content, this document serves as a guide for potential grant proposals or requests for proposals (RFPs) aimed at enhancing visitor services, conservation efforts, and infrastructure improvements in national parks. Its structured layout allows both easy navigation for tourists and a foundational resource for governmental discussions regarding park management and development.
The Yellowstone National Park is seeking contractors for the supply, transport, and delivery of two products: Polymerized Asphalt Surface Sealer Chip Retention (PASS-CR) and Gilsonite-based Asphalt Sealer (GSB-78). The project spans from June to September and involves delivering materials to predetermined locations within the park, allowing for a delivery range of up to 30 miles. Contractors must adhere to strict delivery protocols, including load limits, temperature specifications, and proper documentation with each delivery. The PASS-CR must be delivered at a minimum temperature of 140°F and have performance records in similar climatic conditions, while the GSB-78 must be compatible with asphalt pavement and contain specific residue types. Contractors are also required to provide an on-site Subject Matter Expert (SME) with at least 10 years of experience in the relevant materials and to ensure timely deliveries. Additional provisions regarding potential delays, fees, and charges for holding tankers are outlined. This RFP underlines the National Park Service’s commitment to maintaining roadway infrastructure while preserving the natural environment through responsible contracting practices.
Mar 31, 2025, 6:05 PM UTC
The document outlines the pricing structure for a government procurement related to the provision of PASS-CR Oil and Rejuvenating Asphalt Sealer GSB-78, along with associated charges during the specified period of performance from June 1, 2025, to September 28, 2025. It details the quantity and total cost for oil delivered to two park delivery locations: Grant Village and South Gate, along with the sealer delivered to West Gate. Additional charges for services such as subject matter expertise, demurrage, overnight holds, and return to the plant are also specified. The total pricing for each item and service is provided, reflecting the government's transparency in procurement processes. This document serves as a critical component in the context of federal and local RFPs by providing potential vendors with a clear pricing outline for a specific government contract, ensuring that all quotes are accurate and compliant with the established terms.
Mar 31, 2025, 6:05 PM UTC
The document appears to be a corrupted or improperly formatted government file pertaining to various requests for proposals (RFPs), federal grants, and state or local funding opportunities. It is composed of fragmented text, symbolic characters, and potential placeholders, rendering the core content illegible. Despite these issues, the intended purpose seems to involve outlining criteria and information for government contracts and funding related to projects. The context likely involves federal and state agencies seeking services or goods, facilitating collaboration between government entities and private contractors or nonprofits. The significance of such documents lies in their role in promoting transparency, competition, and efficiency in government spending. They typically provide detailed eligibility requirements, application procedures, and specifics on project objectives and deliverables. However, due to the preservation issues with this file, important insights and actionable details are inaccessible. Thus, it emphasizes the need for properly formatted documentation in the RFP process to ensure clarity and responsiveness in governmental outreach.
Mar 31, 2025, 6:05 PM UTC
The document outlines specifications for the Polymer Asphalt Surface Sealer-Chip Retention (PASS CR) project, specifically focusing on requirements for recycling agents and testing protocols. Contractors must obtain certifications from emulsion and latex manufacturers within 30 days of the government’s request, ensuring all materials meet specified requirements. Additionally, testing must be conducted by an ISO 17025 accredited laboratory, with certain tests including swell, tensile, and specific gravity analyses performed on polymer films derived from a one-quart sample of the latex. The refinery producing the recycling agent is also required to provide test results and certifications. The government reserves the right to collect one-quart samples from suppliers for independent testing at its expense. Overall, the document establishes a clear protocol for material certification, testing standards, and compliance to ensure the quality of materials used in the specified project, reflecting the structured nature of federal RFP processes aimed at maintaining rigorous standards in public contracts.
Mar 31, 2025, 6:05 PM UTC
This contract document outlines Federal Acquisition Regulation (FAR) clauses that are incorporated by reference to implement laws and Executive orders applicable to the acquisition of commercial products and services. Key provisions include prohibitions against using certain telecommunications services, confidentiality agreements, and requirements for Fair Labor Standards Act compliance. The document specifies clauses related to small business considerations, including set-asides for economically disadvantaged women-owned small businesses and service-disabled veteran-owned small businesses. Furthermore, it includes provisions for reporting on executive compensation and subcontractor payments, emphasizing the importance of transparency and ethical conduct in government contracting. The document requires contractors to provide certifications regarding children labor laws, Buy American provisions, and domestic content for products. The adherence to these regulations is crucial for contract compliance and reflects a commitment to uphold ethical standards and support small business opportunities within the federal contracting landscape. Overall, this document serves as a guide for potential contractors to understand their obligations within government procurements.
Mar 31, 2025, 6:05 PM UTC
This document outlines an amendment to a solicitation (140P1425Q0001) for a project related to Yellowstone National Park. The amendment includes responses to questions raised by potential contractors during the question-and-answer period and provides additional specifications regarding material delivery and application details for the project. The document states that the solicitation remains unchanged regarding the response due date and time. Key inquiries from contractors include clarification on the required application methods for emulsion oil, details about the specifications of polymer products to be delivered at specified temperatures, and operational efficiencies in delivering materials within Yellowstone's unique environment. Notably, the National Park Service (NPS) makes it clear that applying delivered materials will be the responsibility of NPS staff, reinforcing environmental considerations. The period of performance for the project is established as June 1, 2025, to September 28, 2025. This amendment is part of the bidding process involving federal RFPs aimed at ensuring compliance with procurement protocols and environmental standards.
Mar 31, 2025, 6:05 PM UTC
The document outlines an amendment to solicitation number 140P1425Q0001, extending the deadline for offers and incorporating updates to the Federal Acquisition Regulation (FAR). Responders must acknowledge the amendment by explicitly referencing it with their submissions to avoid rejection. The amendment confirms that the solicitation is currently unfunded, yet anticipates funding availability, with a potential contract award between June 1, 2025, and September 28, 2025. It also addresses that System for Award Management (SAM) representations may not align with current federal policies but are not required to be updated by entities. The document emphasizes adherence to established protocol for acknowledgments and modifies existing contract details while reinforcing that all unaltered terms remain effective. This amendment reflects the government's systematic approach to updating procurement guidelines and managing funding expectations for contractors in alignment with federal requirements.
Mar 31, 2025, 6:05 PM UTC
The document serves as a Request for Quotation (RFQ) for the National Park Service, specifically focused on the procurement of asphalt sealers and materials to support road projects in Yellowstone National Park. The RFQ, issued under solicitation number 140P1425Q0001, outlines key information including details on the types and quantities of supplies required, delivery schedules, submission deadlines, and instructions for potential contractors. Key components include a detailed list of items needed, such as polymerized asphalt surface sealers and Gilsonite-based sealers, with specific quantities allocated to various park locations. The solicitation specifies that this is a small business set aside, and includes mandatory instructions for quote submissions, evaluation criteria, and additional provisions regarding compliance with federal regulations. The period of performance extends from June 1, 2025, to September 28, 2025. To ensure transparency and proper evaluation, bidders must demonstrate prior experience through documented projects and showcase how their proposed materials meet the specified technical requirements. This RFQ illustrates the government's structured approach to solicit bids for essential services while complying with federal acquisition regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
56--YELLOWSTONE PURCHASE CONSTRUCTION MATERIAL
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking quotes for the procurement of construction materials for Yellowstone National Park under solicitation number 140P1525Q0071. This opportunity is a Total Small Business Set-Aside, requiring vendors to provide either specified brand-name materials or equivalent alternatives, with detailed product specifications necessary for any substitutions. The materials are essential for enhancing the park's infrastructure, reflecting the government's commitment to maintaining and improving national park facilities. Interested vendors must submit their quotes by April 28, 2025, at 10:00 AM Mountain Time, and are encouraged to direct any questions to Lindsay McLaughlin at lindsaymclaughlin@nps.gov by April 10, 2025.
NM NP MULTI PMS(1), Pavement Preservation New Mexico
Buyer not available
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.
Resurface Trail
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified contractors for a project to resurface the Adena Trail at the Hopewell Culture National Historical Park in Chillicothe, Ohio. The work involves repairing approximately 2,100 linear feet of cracks, patching asphalt surfaces, and applying a seal coat over about 48,500 square feet of pavement to restore the trail to a like-new condition. This project is crucial for maintaining the accessibility and safety of historical sites for visitors while preserving the integrity of the park's natural and historical features. The estimated project magnitude is between $25,000 and $100,000, and it is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded by June 2025. Interested parties should contact Ryan Begany at ryanbegany@nps.gov or 330-468-2500 for further details, and must ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in April 2025.
Z--YOSE, SEKI, and DEPO Flooring IDIQ
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on flooring services at Yosemite, Sequoia and Kings Canyon National Parks, Devils Postpile National Monument, and El Portal, California. The procurement will encompass flooring installation and related tasks, with task orders ranging from $2,000 to $1,500,000, and a total cap of $1,500,000 for any single contractor. This initiative is crucial for maintaining the facilities within these national parks, ensuring they remain safe and accessible to the public. Interested businesses are encouraged to submit their capabilities and business classifications by May 2, 2025, directly to Timothy Modjeski at TimModjeski@nps.gov or by phone at 303-819-9916.
Recycling Services for Yellowstone National Park
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for recycling services at Yellowstone National Park, covering an initial base period from June 15, 2025, to June 14, 2026, with options to extend through June 14, 2030. The contractor will be responsible for the monitoring, collection, transportation, and disposal of recyclables across approximately fifty designated sites within the park, which serves over four million visitors annually. This initiative is crucial for enhancing the park's recycling efforts and ensuring compliance with environmental standards while managing waste effectively in a unique ecological context. Interested small businesses must submit detailed proposals, including project narratives and past performance examples, by following the outlined submission guidelines, and can contact Colton Nelson at coltonnelson@nps.gov or 720-390-0199 for further information.
YELL LUMBER SUPPLY BUY
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking quotations for the supply of lumber to support construction projects within Yellowstone National Park. This procurement aims to acquire treated green Douglas Fir and rough sawn wood for the construction of boardwalks and trails, with specific requirements for dimensions, grades, and treatment types outlined in the solicitation documents. The importance of this procurement lies in its role in enhancing environmental infrastructure within national parks, ensuring quality materials are used for public projects. Interested small businesses must submit their quotations by May 13, 2025, with the contract performance period scheduled from May 14 to July 31, 2025. For further inquiries, potential bidders can contact Donald Tremble at donaldtremble@nps.gov or by phone at 720-450-1198.
Plowing CEBR
Buyer not available
The Department of the Interior, through the National Park Service, is seeking quotations for snow removal services at Cedar Breaks National Monument in Utah, under the solicitation number 140P1225Q0045. The contract will involve snow plowing on a federal highway, with the service period set from May 1, 2025, to May 30, 2025, and the Utah Department of Transportation is suggested as the vendor. This procurement is crucial for maintaining accessibility and safety during winter conditions at the monument, ensuring that visitors can enjoy the natural beauty of the area. Interested parties must submit their quotations by April 28, 2025, and can direct inquiries to Billie Thomas at BillieThomas@nps.gov or by phone at 406-599-4402.
CARE 265911 Post Construction Seeding
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the CARE 265911 Post Construction Seeding project at Capitol Reef National Park. The contract involves comprehensive revegetation efforts across six sites totaling 11.28 acres, including hydroseeding, mulching, hand seeding, and planting nursery-grown plants, with a performance period extending until December 30, 2026. This initiative is crucial for ecological restoration following road and parking lot reconstruction, ensuring compliance with National Park Service regulations and maintaining site safety for visitors and workers. Interested parties must submit their quotes by May 14, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
Z--Wyoming Guernsey Access Road & Parking Lot Repairs
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is preparing to issue a Request for Quotation (RFQ) for repair work on the access road and parking lot at the Guernsey Dam and Powerplant in Platte County, Wyoming. The project entails grouting asphalt and concrete pavement cracks, cleaning, applying crack sealant, and seal coating parking lot areas in accordance with Wyoming Department of Transportation (WYDOT) standards. This initiative is part of the federal government's commitment to infrastructure maintenance and is set aside for small businesses, with an estimated project budget between $25,000 and $100,000 and a performance period of 90 days post-award. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit inquiries via email to Darlene Dillon at DDillon@usbr.gov, with the RFQ expected to be published on SAM.gov around May 5, 2025.
GLBA SUPPLY ROOFING MATERIALS
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting quotes for the supply of roofing materials for Glacier Bay National Park in Alaska. The procurement specifically seeks standing seam roofing materials, including various components such as panels, flashing, and accessories, with a completion target date of June 1, 2025, to ensure readiness for installation. This initiative is part of the federal effort to maintain and enhance national park facilities, ensuring structural integrity through high-quality materials. Interested small businesses must submit their quotes electronically by April 30, 2025, and can direct inquiries to Ron Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.