Y--Replace South Cedar Creek Bridge and Canoe Launch
ID: 140P5125R0007Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the South Cedar Creek Bridge and Canoe Launch at Congaree National Park in Hopkins, South Carolina. The project involves the demolition of an existing steel pedestrian bridge and wooden canoe launch, to be replaced with a new weathered steel bridge and a concrete ramp, with a focus on enhancing visitor accessibility and safety. This initiative is crucial for improving recreational facilities within the park, ensuring compliance with federal standards while promoting environmental preservation. Interested contractors, particularly those certified as Women-Owned Small Businesses, must submit their proposals by June 18, 2025, with the performance period scheduled from June 23, 2025, to December 23, 2025. For further inquiries, contact Edward Dingle at edward_dingle@nps.gov or call 404-507-5747.

    Point(s) of Contact
    Files
    Title
    Posted
    The design development documents for the South Cedar Creek Bridge and Canoe Launch at Congaree National Park in South Carolina, prepared by Liollio Architecture, outline the project’s architecture and engineering specifications. This initiative involves replacing an existing structure with a new pedestrian bridge and canoe launch, improving access while adhering to federal, state, and local construction standards. Key elements include construction details for a prefabricated steel bridge, erosion control requirements, and compliance with various building codes such as AASHTO LRFD specifications for pedestrian bridges. Comprehensive notes on concrete construction, ramp design, and site management ensure safety and environmental compliance during the project. Additionally, strategies for debris management, utility verification, and erosion control measures are included to mitigate potential risks. This documentation lays a foundation for responsible project execution, emphasizing safety and ecological preservation in the park's sensitive environments.
    The document outlines the requirements and guidelines for federal and state RFPs (Requests for Proposals) and grants, emphasizing the need for compliance with government standards. It serves as a comprehensive resource for potential applicants seeking funding opportunities. Key points include eligibility criteria, application procedures, and evaluation criteria, which ensure transparent and fair allocation of resources. The document advises on the importance of project relevance to federal and state priorities, detailing how proposals should align with specified outcomes. Moreover, it highlights the significance of community impact and sustainability in project design. By providing clarity on funding mechanisms, deadlines, and submission formats, the document aims to assist applicants in crafting effective proposals that meet government expectations and foster successful project outcomes. Overall, the purpose is to facilitate informed participation in funding opportunities while enhancing overall accountability and effectiveness of government-funded initiatives.
    The Congaree National Park project in Hopkins, South Carolina, involves the replacement of the existing South Creek bridge and canoe launch. The project will remove the current steel pedestrian bridge and wood-framed canoe launch, replacing them with a 70-foot weathered steel pedestrian bridge and a 10-foot-wide concrete canoe launch ramp. The new designs will focus on visitor accessibility and stability, with the bridge designed for both pedestrian and utility vehicle use. Key features include robust foundations and sloped access ramps utilizing native materials. Two design options for the concrete canoe launch ramp consider different dimensions and slopes. The project emphasizes ecological responsibility due to existing bank impacts, e.g., requiring bank reinforcement with riprap. The initiative aligns with the National Park Service objectives to enhance recreational facilities while ensuring visitor safety and environmental preservation within the park's non-Wilderness areas. This project serves as a federal investment toward maintaining park infrastructure and improving visitor experiences.
    The document outlines the specifications for a structure demolition project under Section 024116. It includes the demolition and removal of existing bridges and site improvements, as well as below-grade construction. Key elements include salvaging items for future use by the Contracting Officer and maintaining site conditions during the process. The contractor is responsible for the ownership of demolition waste, protection of existing structures, and managing hazardous materials. Essential activities require a predemolition conference and the submission of a detailed work schedule, including demolition activities and an inventory of salvaged items. Demolition must be carried out methodically, avoiding the use of explosives and ensuring minimal disruption to adjacent facilities. The contractor must handle debris responsibly, ensuring cleanup and restoration of the site post-demolition. This document serves as a guideline for government RFPs and grants, ensuring compliance, safety, and proper management of demolition operations.
    This document outlines the specifications for concrete forming and accessories, focusing on the requirements for formwork design, installation, and maintenance in construction projects. It begins with definitions of key terms such as form-facing materials and formwork systems. The guidelines emphasize the need for compliance with ACI 301, including the structural integrity of formwork to withstand various loads until the concrete achieves sufficient strength. Key points include the storage and handling of form liners and insulating concrete forms, performance specifications for formwork design, and detailed instructions for installation, including surface finish tolerances and the necessity of preventing mortar loss. This document also addresses the procedure for removing forms only when concrete has adequately cured and emphasizes the reuse conditions of formwork. The purpose of the document aligns with federal RFPs and grants by ensuring safety, quality, and efficiency in construction practices. It serves as a critical resource for contractors and project managers to achieve compliance with technical and safety standards, thereby guiding the proper execution of concrete structure projects.
    The document outlines specifications for cast-in-place concrete, detailing materials, procedures, and finishing techniques necessary for compliance with industry standards, specifically ACI (American Concrete Institute) publications. It defines key terms such as cementitious materials and the water/cement ratio, and provides guidelines for delivery, storage, and handling of concrete, emphasizing the need for adherence to specifications during cold and hot weather placements. The document outlines execution requirements, including verifying installation conditions prior to placing concrete, handling embedded items correctly, and ensuring proper concrete placement techniques to prevent segregation. It discusses finishing requirements for concrete surfaces, installation of miscellaneous items, and joint filling procedures. Protection measures for concrete surfaces are also emphasized to avoid potential damage. This specification serves as a technical guide for contractors responding to federal and local RFPs, ensuring quality and adherence to safety regulations in construction projects involving concrete work.
    The government file titled "Congaree - 317765" outlines the specifications for site clearing under Section 311000. Its primary purpose is to establish guidelines for the protection of existing vegetation and infrastructure during construction activities. Key elements include definitions of subsoil and surface soil, along with specifications for plant and tree protection zones. The document emphasizes minimizing traffic disruptions by maintaining access to adjacent roads and ensuring the protection of benchmarks and survey points. It mandates the verification and marking of vegetation to be preserved and outlines the importance of identifying and disconnecting abandoned utilities as part of the preparation process. Overall, this document is crucial for ensuring environmental integrity and compliance with regulations during site clearing operations, reflecting standard practices in federal, state, and local Request for Proposals (RFPs) and grants.
    This document outlines the specifications for the installation of round timber piles as part of a construction project, coded Congaree - 317765. It includes general provisions, delivery and storage requirements, field conditions to be considered prior to pile driving, and guidelines for the fabrication and execution of the timber piles. Key topics covered include the handling of timber piles to prevent damage, the use of appropriate tools and equipment during installation, and the importance of adhering to driving tolerances to ensure structural integrity. Additionally, it emphasizes the need for protective measures around existing structures and utilities during pile installation and outlines procedures for handling defective piles. The strict adherence to the American Wood Protection Association (AWPA) guidelines for wood preservation is also highlighted. This document serves as a reference for contractors managing the timber pile installation, ensuring compliance with project requirements while safeguarding the surrounding environment and infrastructure.
    The document outlines specifications for a fabricated pedestrian bridge project, emphasizing minimum design and construction standards. It details requirements for qualified suppliers, including at least ten years of relevant experience and successful project references. Suppliers must submit extensive documentation, including design calculations, drawings, and certifications, which are subject to Contracting Officer approval one week before bidding. The bridge design must incorporate specific structural features, such as clear spans, width, and support systems like Pratt and Bow String Trusses. Key safety elements include robust safety rail systems and standardized deflection limits to ensure user comfort and structural integrity. The bridge must be constructed from high-strength weathering steel and timber decks, with stringent quality control in welding practices and structural connections. Post-manufacturing, the contractor is responsible for the bridge’s foundation, installation, and maintenance guidelines, while a ten-year warranty on its structural integrity is mandated. This document serves as a guide for contractors and suppliers aiming to meet governmental standards in bridge construction, facilitating safety, durability, and compliance with engineering best practices in public projects.
    The government document pertains to the Request for Proposal (RFP) #140P5125R0007 for the replacement of the South Cedar Creek Bridge and Canoe Launch at Congaree National Park. It outlines responses to specific contractor inquiries, addressing essential project details. The National Park Service (NPS) will provide the necessary USCOE 404 permit to the contractor, while any additional permits must be verified by the contractor themselves. Information about existing conditions, particularly regarding construction limits around the parking area and approach trails, is provided, indicating that the parking lot is located to the north of the project site and can be viewed online. Regarding archeological monitoring, it confirms that this responsibility falls on an NPS employee, not the contractor. Lastly, bidders are instructed to focus solely on the 100% Stamped Plans without considering any options previously mentioned. Overall, the RFP serves to clarify expectations and responsibilities related to the construction project, ensuring that contractors are adequately informed before bidding.
    The document appears to be a disorganized collection of various texts and symbols, likely due to encoding errors or corruption, making it difficult to extract clear information relevant to federal RFPs, grants, or local opportunities. The core elements include placeholders, unclear formatting, and fragmented content, indicating it may have originally related to government funding or procurement processes. However, the overall incoherence detracts from identifying distinct topics, key ideas, or structured guidance typically found in official government bidding documents. The intended purpose may have been to convey opportunities for grants or proposals; yet, the corrupted nature severely limits its usability for analysis or reference.
    The National Park Service is conducting a site visit for RFP # 140P5125R0007 concerning the replacement of a bridge and canoe launch at Congaree National Park in Hopkins, South Carolina. The project involves removing an existing steel pedestrian bridge and wood-framed canoe launch, replacing them with a weathered steel pedestrian bridge and a concrete ramp for the canoe launch. The work site is outside the Wilderness boundary, exempting it from certain regulations, though effort will be made to enhance accessibility for visitors. The site visit is scheduled for May 28, 2025, at 9:00 AM, where prospective contractors will observe local conditions impacting the project. Attendees must RSVP by May 27, 2025, and are required to submit questions to the Contracting Officer by the specified deadline, with no oral questions accepted. A compilation of written questions and answers will be provided to all interested bidders as an amendment to the solicitation. Attendance is deemed important for crafting competitive proposals, with non-attendance not being a valid reason for proposal errors.
    The document is a solicitation for a project titled "Replace South Cedar Creek Bridge and Canoe Launch at Congaree National Park," identified by solicitation number 140P5125R0007. The primary goal is to replace an existing steel pedestrian bridge and wooden canoe launch with a new weathered steel bridge and a concrete ramp. This project is located outside the Wilderness boundary, thus exempt from the Wilderness Act and ABA accessibility requirements, although efforts are made to enhance site accessibility for visitors. The proposal includes detailed pricing information for various contract line items, which encompasses costs related to materials, labor, overhead, profit, and other financial aspects necessary for project execution. The document requires potential contractors to provide specific cost breakdowns and specifies that the project will align with attached specifications and designs. Overall, this solicitation represents a government initiative to improve visitor facilities at Congaree National Park by upgrading vital access infrastructure for recreational use while considering budgetary requirements and compliance standards.
    The document outlines a Past Performance Questionnaire associated with Solicitation Number 140P5125R0007 for the National Park Service project at Congaree National Park, focusing on the replacement of the South Cedar Creek Bridge and canoe launch. The contractor is tasked with removing the existing structures and installing a weathered steel bridge and a concrete ramp, emphasizing accessibility for visitors. The questionnaire aims to gather references on the contractor's past performance, specifically regarding their ability to meet requirements, timeliness, and quality of work. Contractors are instructed to complete the questionnaire and provide assessments based on defined performance criteria, ranging from "Exceptional" to "Unsatisfactory." The document underscores the sensitivity of the information and prohibits any endorsement or advertising based on responses. Overall, the purpose focuses on assessing contractor capability to ensure successful project execution within federal guidelines.
    The document outlines the requirements and conditions for submitting a Bid Bond, which is a specific form used primarily in federal government Request for Proposals (RFPs) and contracting processes. It mandates that the Principal, represented by a legal entity, must complete the bond in conjunction with their bid for construction, supplies, or services. The bond guarantees that the Principal will execute the contract and provide required bonds upon bid acceptance. If these conditions are not met, the government can claim compensation for costs exceeding the bid price. The form specifies that any deviations require approval from the General Services Administration, and all parties involved, including sureties, must provide legal names and addresses with signed agreements. The bond can be expressed either as a percentage of the bid price or a fixed sum, ensuring financial security for the government during contract execution. Additionally, the document includes instructions for proper completion, specifications for corporate sureties, and the necessity for corporate seals. Overall, the Bid Bond acts as a safeguard in the bidding process, emphasizing compliance with governmental standards and fostering accountability among bidders.
    The document pertains to the solicitation for the ANDE Water Feature Repair project (Contract Number: 140P5125R0004), designated as a Total Small Business Set-Aside. The contract permits a maximum of 85% of its value to be subcontracted to non-similarly situated subcontractors. As the project is a service contract exceeding $150,000, compliance with the limitations on subcontracting is mandated, particularly specifying that 50% of services (excluding construction) may be subcontracted to non-similarly situated companies. Currently, all invoiced amounts, pertaining to both the prime contractor and subcontractors, are reported as zero, indicating that no payments or transactions have occurred to date. A corrective action plan is required if the percentage of subcontracting for non-similarly situated firms does not comply with established regulations. This document is critical for ensuring the compliance of small business contractors in federal procurement processes, reflecting the government’s commitment to supporting small business participation in federal contracts.
    The document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b) regarding construction contract administration, specifically related to equitable adjustments for change orders. Agencies are mandated to present detailed policies and procedures for definitizing these adjustments and to provide data on the time taken to finalize such adjustments. This information is crucial for ensuring transparency and efficiency in managing changes during construction contracts. Agencies can find the relevant policies and detailed information at the Department of the Interior's website for acquisition policy specific to construction contracts. The focus of this guidance is to enhance compliance and standardization across governmental entities involved in construction procurement and contract management.
    The document is an amendment (0001) to RFP # 140P5125R0007 concerning the replacement of the South Cedar Creek Bridge and Canoe Launch at Congaree National Park. It addresses key questions from prospective contractors regarding project details, including construction methods, permit requirements, and public access during the project. Key points include the confirmation that dewatering will not be required during ramp installation, but continuity of access for visitors is a priority. The project is expected to begin on or before July 1, 2025, with no extensions to the proposal deadline currently planned. The document notes the need for communication regarding access and site conditions, and advises bidders to include potential additional costs for soil inadequacies in their proposals. Contractors are also informed about existing restroom facilities, the parking area serving as the laydown space, and the necessity for compliance with archeological monitoring, pending further clarification. The amendment includes additional attachments to address missing specification sections and material preferences. Overall, the amendment emphasizes the project's scope, intentions for maintaining public access, and guidelines for bidding while ensuring transparency in responses to contractor inquiries.
    This government document pertains to the amendment of solicitation number 140P5125R0007 concerning a project at Congaree National Park. It outlines updated information regarding a site visit scheduled for May 28, 2025, and emphasizes the importance of attendance for potential contractors to assess local conditions affecting operations and costs. The amendment specifies that the deadline for inquiries is May 30, 2025, with questions to be submitted in writing to the Contracting Officer. The project involves replacing an existing pedestrian bridge and canoe launch with new structures designed for accessibility while complying with relevant regulations. The document reaffirms that all previous terms remain valid unless formally amended. Therefore, interested parties are encouraged to prepare competitive proposals based on the information provided during the site visit, without reliance on individual inspections. The site visit requires RSVP by May 27, 2025.
    The document serves as an amendment to a solicitation referenced by the identifier 140P5125R0007, detailing procedures for acknowledging receipt of the amendment and submitting offers. It informs contractors about the extended due date for submitting proposals, now set for June 16, 2025, and specifies the new period of performance from June 23, 2025, to December 23, 2025. Key updates include responses to questions received regarding the solicitation, which are attached as "attachment 0011." Contractors must acknowledge receipt of this amendment using specified methods to ensure the validity of their offers. Overall, this amendment emphasizes the importance of timely communications and adherence to updated solicitation guidelines, reflecting standard practices in the federal procurement process.
    The document is an amendment to solicitation #140P5125R0007 regarding the replacement of the South Cedar Creek Bridge and Canoe Launch at Congaree National Park. The amendment includes responses to questions that were not previously addressed. Key information includes the confirmation that the park will provide a copy of the USCOE 404 permit to the contractor, while any additional permits are the contractor’s responsibility to verify. Clarity is provided regarding construction limits, indicating that the parking area is located north of the site as noted on Google Maps. Additionally, it specifies that the Archeological Monitor required during the project will be supplied by the National Park Service (NPS). The amendment further clarifies that bidders should focus solely on the 100% stamped plans, without options associated with the project. The period of performance is set from June 23, 2025, to December 23, 2025. Overall, this document outlines crucial amendments to the initial RFP, ensuring clarity on project requirements and responsibilities for potential contractors.
    This document is an amendment to solicitation number 140P5125R0007, changing the deadline for proposals and responding to an unaddressed question from a previous amendment. The new deadline for submitting proposals has been extended to June 18, 2025, at 16:00 EST, with a specified performance period from June 23, 2025, to December 23, 2025. The amendment outlines the necessity for bidders to acknowledge receipt of this amendment through specified methods. Additionally, it includes a response concerning the required specifications for treated timber decking, recommending the use of Kiln Dried After Treatment (KDAT) lumber. This document reflects the procedural updates related to federal contracting processes, emphasizing clarity for potential contractors regarding requirements and submission timelines.
    The document outlines a solicitation for bids related to a construction project at Congaree National Park in South Carolina, specifically focused on replacing an existing bridge and canoe launch. The project magnitude ranges from $250,000 to $500,000, and it is designated as a Women-Owned Small Business set-aside. The scope involves removing a steel pedestrian bridge and a wood-framed canoe launch, replacing them with a pre-manufactured weathered steel bridge and a concrete ramp. Although the project is outside the Wilderness boundary and does not need to comply with the Wilderness Act or the Architectural Barriers Act, there is an emphasis on making the site accessible. Essential requirements include the submission of sealed bids by a specified date, adherence to Davis Bacon prevailing wage laws, and the provision of performance/payment bonds. Additional documents such as specifications, site visit information, and wage determinations are attached to guide bidders. The timeline specifies starting performance within ten calendar days post-award, with project completion expected by December 23, 2025. Overall, the document functions as a formal request for proposals, detailing conditions, expectations, and regulatory compliance for potential contractors.
    Similar Opportunities
    GAOA Buck Hall Recreation Phase 1 Renovation (SC)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the GAOA Buck Hall Recreation Phase 1 Renovation project in South Carolina. The project aims to reconstruct the Buck Hall Recreation Area's Campground and Day Use Area, which includes replacing critical infrastructure such as the sea wall, bathhouse, toilet building, well house, and various utility systems, as well as reconfiguring the campground loop and improving the boat landing and storm drainage systems. This renovation is vital for restoring recreational facilities heavily impacted by Hurricane Hugo, ensuring compliance with safety and environmental regulations throughout the 18-month contract period. Interested contractors can reach out to Penny Zortman at penny.Zortman@usda.gov for further details, with the RFP solicitation expected to be posted on SAM.GOV in January 2026.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    Supply and Delivery of Park Supplies, USACE- SAV
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking potential sources for the supply and delivery of park supplies to support the J. Strom Thurmond Project in Clarks Hill, South Carolina. The procurement includes essential park amenities such as picnic tables, grills, lantern holders, fire rings, utility tables, trash can holders, trash cans, and plastic composite timbers, which are critical for restoring public access to areas affected by Hurricane Helene. Timely delivery of these items is crucial, with a deadline set for no later than March 1, 2026, to ensure the areas remain usable for recreation. Interested small businesses must submit a capability statement by December 31, 2025, detailing their qualifications and ability to meet the delivery schedule, and can contact Stephanie Brasier at stephanie.brasier@usace.army.mil or Paul R. Gaeth at paul.r.gaeth@usace.army.mil for further information.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    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.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.