ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Y--VOYA 335009 N191 REHAB RAINY AND ASH

INTERIOR, DEPARTMENT OF THE 140P2026R0045
Response Deadline
Jul 9, 2026
62 days left
Days Remaining
62
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The National Park Service, within the Department of the Interior, is seeking a small-business set-aside firm-fixed-price contractor to rehabilitate and preserve pavement at Voyageurs National Park in Minnesota. The work centers on the Rainy Lake and Ash River visitor center roadways and related parking areas, including milling, overlay, restriping, and concrete walkway replacement, with base and option line items priced separately. The project requires compliance with detailed construction, safety, environmental, ADA, and wage-determination requirements, and the contractor must begin work within 10 calendar days after notice to proceed and complete performance within 195 calendar days. Offers are due June 9, 2026 at 9:00 local time, with a mandatory site visit on June 2, 2026 at 8:30 AM at Voyageurs National Park Headquarters in International Falls, and RSVP required by May 26, 2026 at 9:00 AM MT.

Classification Codes

NAICS Code
237310
Highway, Street, and Bridge Construction
PSC Code
Y1LB
CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS

Solicitation Documents

10 Files
Sol_140P2026R0045.pdf
PDF281 KBMay 8, 2026
AI Summary
The government solicitation 140P2026R0045 is a Request for Proposal (RFP) for the "N191 VOYA 335009 REHAB RAINY AND ASH PAVEMENT PRESERVATION PROJECT AT VOYAGEURS NATIONAL PARK IN MINNESOTA." This is a small business set-aside procured through SAM.GOV, with NAICS code 237310. The project involves rehabilitation and preservation of Rainy and Ash Road pavement. The solicitation, issued on May 7, 2026, requires offers by June 9, 2026, at 09:00 local time, with a government acceptance period of 90 calendar days. The contractor must begin performance within 10 calendar days of receiving notice to proceed and complete the work within 195 calendar days. Performance and payment bonds are required. The period of performance is estimated from August 3, 2026, to May 18, 2027.
Sol_140P2026R0045_Amd_0001.pdf
PDF202 KBMay 8, 2026
AI Summary
Amendment 0001 for solicitation 140P2026R0045 announces a mandatory site visit for potential offerors. The visit is scheduled for June 2, 2026, at 8:30 AM at Voyageurs National Park Headquarters in International Falls, MN. Interested parties must RSVP to Rachel Dyer, the Contracting Officer, via email at rachel_dyer@ios.doi.gov by May 26, 2026, at 9:00 AM MT. This amendment also outlines procedures for acknowledging receipt, including options for modifying previously submitted offers. Failure to acknowledge receipt by the specified deadline may lead to the rejection of an offer. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged.
B08_Attachment_2_VOYA_335009_Pavement_Preservation_Specifications.pdf
PDF400 KBMay 8, 2026
AI Summary
The Voyageurs National Park Pavement Preservation project (VOYA PMIS NO. 335009) outlines specifications for pavement preservation, including milling, overlaying, and restriping roads and parking lots at Rainy Lake and Ash River Visitor Centers in International Falls, Minnesota. The project involves approximately 4.86 miles of roadway and multiple parking lots, along with concrete walkway removal and replacement. The work is divided into four phases for each location and will be constructed under a single prime contract. Key administrative and procedural requirements cover contract modifications, payment line items, project management, coordination, environmental protection, and detailed construction scheduling. The document emphasizes strict adherence to safety, environmental regulations, and specific protocols for contractor site use, public access, and work restrictions, with a focus on comprehensive documentation and communication through a dedicated project website.
B08_Attachment_3_Drawings__VOYA_Pavement_Restoration.pdf
PDF46428 KBMay 8, 2026
AI Summary
The document outlines the "Pavement Preservation" project for Voyageurs National Park, focusing on the Ash River Visitor Center and Rainy Lake Visitor Center. This project involves extensive demolition and construction, including milling and overlaying existing asphalt, installing new asphalt pavement, and constructing new concrete walkways. The plans detail site conditions, safety regulations, environmental protection standards, and utility coordination. Specific instructions are provided for soil compaction, drainage, erosion control, and the handling of unanticipated debris or archaeological materials. The project also includes various construction details for accessible parking, wheel stops, rumble strips, and signage, ensuring compliance with Minnesota Department of Transportation specifications and ABAAS standards. The overall goal is to preserve and enhance the pavement infrastructure at both visitor centers.
B08_Attachment_4_General_Refrences.pdf
PDF180 KBMay 8, 2026
AI Summary
This government form, titled "General References," requires offerors to provide comprehensive information regarding their financial and operational relationships. The form details sections for disclosing information about sureties, corporate banks (two entries), insurance companies, subcontractors (three entries), and material suppliers (three entries). Offerors must include names, addresses, agent contact information, telephone numbers, and specific details such as types of accounts, policies, or areas of specialized work. A critical instruction emphasizes the importance of disclosing any less-than-satisfactory relationships with references, along with any remedial actions taken or planned. Failure to provide candid information may result in an unfavorable assessment of the offeror's past performance, highlighting the form's role in evaluating an offeror's reliability and transparency for federal, state, and local government contracts or grants.
B08_Attachment_5_Subcontract_Percentage_Worksheet.xlsx
Excel90 KBMay 8, 2026
AI Summary
This government file, Contract Number 140P2026R0045, outlines the reporting requirements for limitations on subcontracting for small business, 8(a), or other socio-economic set-aside service contracts, including construction, priced at or above $150,000. It details the maximum percentage of work that can be subcontracted to non-similarly situated subcontractors (NSS) based on the type of service: 50% for services (except construction), 85% for general construction, and 75% for construction by special trade contractors. The document includes a template for reporting subcontracting participation, distinguishing between similarly situated subcontractors (SSS) and NSS, and requires a corrective action plan if the NSS percentage exceeds the contractual limitations. The report tracks invoiced amounts by the prime contractor, SSS, and NSS, excluding material costs, to calculate participation percentages.
B08_Attachment_6_Wage_Determination_MN20260231.pdf
PDF36 KBMay 8, 2026
AI Summary
This government file, General Decision Number MN20260231, outlines prevailing wage rates and fringe benefits for heavy and highway construction projects in specific Minnesota counties, including Carlton, Cook, Itasca, Koochiching, Lake, Pine, and St. Louis. It details various labor classifications such as Articulated Hauler, Asbestos Abatement Worker, Electrician, Ironworker, and different Power Equipment Operator groups, along with their respective rates. The document also provides information on Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage for federal contractors, respectively. It explains different wage rate identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determinations, directing inquiries to the WHD Branch of Wage Surveys or Construction Wage Determinations.
B08_Attachment_1_ContractPriceSchedule_VOYA_335009.pdf
PDF66 KBMay 8, 2026
AI Summary
This government contract schedule, Solicitation Number 140P2026R0045, outlines the Pavement Preservation project for Rainy Lake and Ash River. It details seven Contract Line Items (CLINs), including base items for the Rainy Lake and Ash River Visitor Center Roads, and five optional items covering overlooks and parking lots at Beaver Pond, Kabetogama Lake, Rainy Lake, and Ash River, as well as an accessible walkway at the Rainy Lake Visitor Center. Offerors must provide pricing for all base and option line items. The government reserves the right to award any or none of the options, with pricing evaluated based on best value. The period for exercising options extends 180 calendar days from the award date. Alternate proposals that offer cost savings are encouraged.
B08_Attachment_7_Past_Performance_Questionnaire.docx
Word45 KBMay 8, 2026
AI Summary
The Past Performance Questionnaire (Solicitation No. 140P2026R0045) is a critical document for federal government RFPs, designed to gather comprehensive information about an offeror's past project performance. It requires the offeror to complete sections on company and contract information, which is then sent to a reference. The reference completes sections for their information and a detailed evaluation of the contractor's performance across various categories including Quality, Schedule (& Time Management), Cost Control, Management, Small Business Subcontracting (& Labor Standards), and Regulatory Compliance. Each evaluation area provides specific criteria and an overall rating with space for comments, particularly encouraging detailed feedback for exceptional, marginal, and unsatisfactory ratings. The questionnaire explicitly states that the provided information is source selection sensitive and cannot be used for advertising or promotional purposes. The document concludes with an overall recommendation section and specifies the return details for the Contracting Officer, Rachel Dyer, at the National Park Service – Denver Service Center.
B08_Conformed_Solicitation_140P2026R0045pdf.pdf
PDF1343 KBMay 8, 2026
AI Summary
The National Park Service (NPS) is soliciting offers for the VOYA 335009 Rehab Rainy and Ash Pavement Preservation Project at Voyageurs National Park in Minnesota. This is a small business set-aside under NAICS code 237310. The project involves milling and overlaying approximately 4.86 miles of roadway, including edge line treatment and striping, and the removal and replacement of asphalt parking and restriping of two parking lots to include ADA-compliant parking and signage. Additionally, it covers milling and overlaying six parking lots with ADA-compliant parking and signage, and the removal and replacement of about 1,200 square feet of concrete walkway. The contract has a mandatory performance period of 195 calendar days after receiving the notice to proceed, with liquidated damages of $1,615.00 per calendar day for delays. Offerors must submit a Firm-Fixed-Price (FFP) offer including pricing for base and all option line items, such as Beaver Pond Overlook, Kabetogama Lake Overlook, and additional parking lot and walkway improvements. The solicitation outlines detailed requirements for inspection, quality control, scheduling, and electronic invoicing through the IPP system.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 26, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineJul 9, 2026
expiryArchive DateJul 24, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
NATIONAL PARK SERVICE
Office
DSC CONTRACTING SERVICES DIVISION

Point of Contact

Name
Dyer, Rachel

Official Sources