Z--Asphalt Surface Sealer and Rejuvenating Asphalt Se
ID: 140P1425Q0001Type: Sources Sought
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

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)
Timeline
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    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--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.
    WY NPS YELL 10(26), Gardner River High Bridge
    Transportation, Department Of
    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--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    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 vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    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.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation projects in Oklahoma (Project No. OK NP MULTI PMS(1)) and North Texas (Project No. TX NP MULTI PMS(2)). This opportunity is exclusively available to seven pre-selected prime contractors, focusing on the construction and preservation of highways, roads, and bridges, with an estimated project value between $10 million and $20 million. The work is critical for maintaining infrastructure within National Parks and surrounding counties, ensuring safe and efficient transportation. Proposals are due by December 19, 2025, at 1400 local time, and interested parties can reach the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.