DEVA 335272 Repair Flood Damaged Titus Canyon Road
ID: 140P2026R0013Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

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

Set Aside

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

    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 rachel_dyer@nps.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) Denver Service Center (DSC) has issued Solicitation Number 140P2026R0013 for the "Repair Flood-Damaged Titus Canyon Road" project (PMIS: 335272). This document is a Contract Price Schedule Template requiring offerors to submit pricing for all baseline and option line items. Proposals lacking this information may be deemed unacceptable. Offerors must provide total prices for lump-sum items and both unit and extended total prices for unit-priced items. In case of calculation errors, unit prices govern over extended prices, and corrected amounts govern over summation errors. All financial figures must be rounded to whole dollars. The document specifies one contract line item (CLIN 1) for "Titus Canyon Road Repair" as a lump-sum item. Further details on measurement and payment are available in Division 01 Specifications Section 01 27 00, "Definition of Contract Line Items."
    The "DEVA 335272 REPAIR FLOOD-DAMAGED TITUS CANYON ROAD" project in Death Valley National Park outlines the repair of 13.5 miles of Titus Canyon Road and the Falls Canyon Trailhead parking area, damaged by flooding. The project emphasizes restoring the roadway and implementing enhancements to mitigate future flood damage. Key aspects include salvaging and reusing on-site materials, maintaining public access to the Falls Canyon Trailhead (with a one-month closure for construction), and adhering to strict environmental and historical preservation guidelines. The document details administrative procedures, such as contract modification, submittal requirements, and the use of NPS project management software. It also specifies extensive environmental coordination, including wildlife protection (Mojave Desert Tortoise, bighorn sheep), rare plant preservation, paleontological monitoring, and historic property avoidance. Construction is scheduled between January 1 and December 31, 2026, with work hours from dawn to dusk, Monday through Friday. The project requires the Contractor to obtain necessary permits and comply with all applicable regulations, ensuring a comprehensive and environmentally responsible restoration.
    The project involves the repair of flood-damaged Titus Canyon Road in Death Valley National Park, spanning California and Nevada. The primary goal is to restore the road to its pre-flood condition and implement enhancements to mitigate future flood damage, without altering its existing character as a remote, challenging route for high-clearance vehicles. The project emphasizes environmental protection, requiring contractors to develop a Stormwater Pollution Prevention Plan (SWPPP) compliant with both Nevada and California regulations, protect vegetation, and coordinate with the National Park Service (NPS) for boulder salvage and monitoring of paleontological and cultural resources. The entire roadway will remain closed to the public throughout construction.
    This government file outlines the
    General Decision Number CA20250020, effective October 3, 2025, supersedes CA20240020 and outlines prevailing wage rates for building, heavy, and highway construction projects in Inyo, Kern, and Mono Counties, California. It covers various construction types including dredging (excluding hopper dredge work) and heavy construction (excluding water well drilling). The document details minimum wage requirements under Executive Orders 14026 and 13658 for federal contracts subject to the Davis-Bacon Act, with rates of $17.75 per hour for contracts entered into on or after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, if not renewed or extended. The document also provides specific wage and fringe benefit rates for numerous classifications, including asbestos workers, boilermakers, bricklayers, carpenters, electricians, elevator mechanics, power equipment operators (for dredging, all other work, cranes, piledriving, hoisting, and tunnel work), ironworkers, and laborers (general, tunnel, gunite, horizontal directional drilling, and striping/slurry seal).
    The Past Performance Questionnaire (Solicitation No. 140P2026R0013) is a crucial government document used for evaluating offeror performance on past projects, specifically for federal government RFPs. It requires offerors to provide company and contract information, which is then sent to a reference for evaluation. The reference assesses the contractor across six key areas: Quality, Schedule & Time Management, Cost Control, Management, Small Business Subcontracting & Labor Standards, and Regulatory Compliance. Each area includes specific criteria and a rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with definitions. The reference also provides an overall recommendation for similar contracts and general comments. This confidential source selection information is intended to help the Contracting Officer, Rachel Dyer of the National Park Service, make informed decisions, emphasizing that the information cannot be used for contractor advertising or endorsement.
    The document is an 'EXPERIENCE INFORMATION' form designed for offerors and their team members to detail their past project experience. It serves as a structured template within government RFPs, federal grants, or state/local RFPs to evaluate a contractor's qualifications. The form requires comprehensive information including the contractor's identity and address, contract or purchase order numbers, dollar values, and project status (active or complete with relevant dates). It also asks for the project title, whether the entity was a prime or subcontractor, project location, and a detailed description of the work, emphasizing similarities to the current project. Furthermore, it mandates a breakdown of roles and responsibilities for all involved parties, identification of the project owner or customer, and their contact information. This form ensures transparency and allows government entities to assess the relevant experience and capabilities of potential contractors.
    The National Park Service (NPS) – Denver Service Center (DSC) is issuing Solicitation No. 140P2026R0013, a Request for Proposal (RFP) for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project. This project is a total small business set-aside with a construction magnitude between $5,000,000.00 and $10,000,000.00. The work involves repairing 14 miles of flood-damaged unpaved road in Death Valley National Park, including addressing erosion, resurfacing, installing drain humps, and repairing the Fall Canyon Trailhead. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete it within 365 calendar days, with liquidated damages of $1,270.00 per day for delays. Proposals are due by January 28, 2026, at 11:00 AM MT. The RFP outlines detailed administrative requirements, including electronic invoicing via IPP, key personnel, and compliance with various FAR and DIAR clauses related to inspection, performance, and ethical conduct.
    The Standard Form 1442,
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, 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, 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.
    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.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    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.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through 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) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.