Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
ID: 140P2026R0001Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California. This 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 visitor centers, with a capacity of up to 60,000 gallons per day. The contract encompasses a comprehensive scope of work, including demolition, civil and landscaping work, and the construction of multiple buildings, with a performance period extending from June 3, 2025, to June 30, 2033. Interested contractors must submit their proposals by January 16, 2026, and can direct inquiries to Mark Barber at mark_barber@nps.gov or by phone at 721-621-7310.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided government file, part of federal government RFPs, details construction plans for the Tuolumne Meadows WWTP within Yosemite National Park. The documents, identified by PMIS/PKG NO. 168247 and DRAWING NO. 215363, are dated March 2025 and include a piping schedule. They were designed by J Minor and S Garner, with technical review by S Garner. Daniel Robillard, a registered mechanical engineer for the State of California, certified the plans on March 20, 2025. These sheets, 25 and 26 of 263, are marked "NOT FOR CONSTRUCTION" suggesting they are part of a preliminary or review phase for the project. The primary purpose of these documents is to outline the general piping schedule for the wastewater treatment plant construction.
    The National Park Service (NPS) Denver Service Center (DSC) is issuing a Pre-Solicitation Notice (PSN) for Request for Proposal (RFP) 140P2026R0001, project YOSE 215363. This RFP seeks construction services to replace the 50-year-old wastewater treatment plant at Tuolumne Meadows in Yosemite National Park, California. The project, estimated to be above $10 million, involves demolishing the existing plant and associated infrastructure, replacing disposal ponds with an enclosed holding tank, installing new force mains, and upgrading the recreational vehicle dump station and effluent spray field equipment. The contract will be a Firm-Fixed-Price (FFP), Stand-Alone Contract with a performance period of 2,190 calendar days. The solicitation will utilize Unrestricted Full and Open Competition procedures under FAR Part 15 and 36, emphasizing Best Value to the Government, considering non-price and price factors, and encouraging Small Business participation. The NAICS code is 237990, and the PSC is Y1ND. The RFP is anticipated to be issued electronically via SAM.gov as early as mid-October 2025, with a tentative Pre-Proposal Site Visit scheduled for October 22, 2025. Interested offerors must be registered in SAM.gov with an active UEI number.
    The National Park Service (NPS) is issuing a Special Notice for an upcoming site showing at Yosemite National Park, CA, for the YOSE 215363 project. This project involves replacing the 50-year-old Tuolumne Meadows Wastewater Treatment Plant, including demolishing the existing facility, replacing disposal ponds with an enclosed holding tank, upgrading the force main, replacing the RV dump station, and installing new effluent spray field equipment. The solicitation is anticipated for October 16, 2025, with an in-person site visit scheduled for October 22, 2025, at 8:00 a.m. Pacific Time. Prospective offerors must provide their full name, company name, and email by October 17, 2025, to attend and receive access information. All vendors must have an active SAM registration and a UEI number to conduct business with the federal government. This notice aims to allow ample time for potential offerors to plan and view the site before winter conditions. No reimbursement will be provided for travel or information submission costs.
    The Yosemite National Park project, YOSE 215363, involves replacing the obsolete Tuolumne Meadows Wastewater Treatment Plant (WWTP) with a new facility adjacent to the existing one. This project, detailed in a multi-volume specification, includes constructing new structures for influent pumping, liquid treatment, solids handling, odor control, and an operations building with office and laboratory space. A new RV waste dump station and SCADA systems are also part of the base scope. Optional work items include a new effluent pipeline and storage tank, pond access road, full restoration of the upper and lower ponds, and demolition of the old pump house. The project mandates maintaining the existing WWTP’s operation until the new plant is commissioned and demolished afterward. Construction is restricted to summer/fall seasons due to Tioga Road closures and requires extensive coordination for site use, public access, environmental controls, and utility management.
    The Yosemite National Park project, YOSE 215363, outlines detailed specifications for replacing the obsolete Tuolumne Meadows Wastewater Treatment Plant. This multi-volume document covers general requirements, existing conditions, demolition, concrete work, metals, wood, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, fire suppression, plumbing, HVAC, electrical, electronic safety and security, earthwork, exterior improvements, utilities, process interconnections, material processing and handling, process gas and liquid handling, purification, storage equipment, pollution and waste control, and water and wastewater equipment. Key aspects include comprehensive demolition procedures, stringent hazardous material management (including asbestos, lead, PCBs, and ozone-depleting substances), environmental protection, and detailed technical specifications for all construction phases. The project emphasizes regulatory compliance, safety, and proper waste disposal, with specific roles assigned to various technical authors.
    This document, Volume 3 of 4 of the project specifications for Yosemite National Park, outlines the requirements for replacing the obsolete Tuolumne Meadows Wastewater Treatment Plant. The project, identified as YOSE 215363, focuses on Divisions 21 through 39, covering fire suppression, plumbing, HVAC, electrical, earthwork, exterior improvements, and utilities. Key aspects include the design and installation of dry pipe fire sprinkler systems, vibration and seismic control for plumbing and HVAC, detailed electrical requirements, and various earthwork, paving, and utility infrastructure installations. The document emphasizes adherence to NFPA, AWWA, ASTM, and other relevant codes and standards, requiring strict quality assurance, qualified personnel, and comprehensive submittals for all phases of work. The overall goal is to modernize critical infrastructure at Yosemite National Park, ensuring safety, compliance, and environmental protection.
    The Yosemite National Park project, YOSE 215363, focuses on replacing the obsolete Tuolumne Meadows Wastewater Treatment Plant. This comprehensive project encompasses detailed specifications across four volumes, covering general requirements, existing conditions, concrete, metals, wood, thermal and moisture protection, finishes, specialties, equipment, fire suppression, plumbing, HVAC, electrical, electronic safety and security, earthwork, exterior improvements, utilities, and process interconnections. Key aspects include design requirements for piping support systems, pipe heat tracing, and general process piping, adhering to various engineering and safety standards. The document outlines responsibilities of several authors for different sections, emphasizing quality assurance, seismic certification, and detailed submittal requirements for all phases of the project.
    The document, dated March 19, 2025, appears to be a segment of a larger government file, likely related to a federal government RFP, federal grant, or state/local RFP. The primary focus of this specific excerpt is "Radio Antenna." While the context is limited, the repeated enumeration suggests a detailed listing or specification within a broader document. The presence of a date indicates a formal or official record. This segment is likely part of a technical specification or requirement for a project involving radio communication infrastructure.
    The document outlines plumbing and electrical plans for the Process Building at Yosemite National Park's Tuolumne Meadows WWTP. The plumbing section details piping for W1 (makeup water), W3 (plant water pump), and drain lines, emphasizing isolation valves, air gaps, frost protection, and winterization blowdown. The electrical section covers power distribution, control systems, and cable routing for various equipment, including mixers, pumps, clarifiers, and HVAC, detailing conduit sizes, conductor types, and connections to the Main Control Center (MCC) and Local Control Panel (LCP).
    The provided government file, dated March 2025, details construction plans for the Tuolumne Meadows WWTP within Yosemite National Park. The documents, identified by PMIS/PKG NO. 168247 and DRAWING NO. 215363, include a Piping Schedule (sheets 01G025 and 01G026) and a Table for Area Classification (sheet 01G027). The sheets are part of a larger set of 263. The project involves general construction work, with J Minor listed as the designer and S Garner as the technical reviewer. Daniel Robillard, a registered mechanical engineer in California (license 36246), approved the plans on March 20, 2025. This file likely represents a component of a federal government RFP or grant related to infrastructure development and maintenance within a national park.
    The Tuolumne Meadows WWTP project in Yosemite National Park involves the demolition of existing sewage and effluent ponds, access roads, and associated infrastructure. Key tasks include removing sludge, liners, pipes (including a 6-inch force main via pipe bursting), and structures like the chlorine contact chamber and pump station. The project emphasizes maintaining the existing WWTP's operation until the new one is commissioned and coordinating all demolition activities with the Contracting Officer. Extensive grading, landscape restoration, and erosion control measures will be implemented, particularly around sensitive archaeological sites and the meadow. Temporary bypass piping will be installed to ensure continuous facility operation during construction, with careful consideration for access routes and environmental protection.
    The document details standard construction specifications for the Tuolumne Meadows Wastewater Treatment Plant in Yosemite National Park, California, a project aimed at replacing an obsolete facility. It covers various engineering divisions, including concrete, structural reinforcement, and precast concrete elements. Key sections address waterstop applications for construction and expansion joints, detailed reinforcement requirements for openings, walls, slabs, and footings, and specifications for pipe encasement and equipment pads. The document emphasizes adherence to industry standards, such as ACI-318, for rebar placement, lap lengths, and anchorage. It also includes guidelines for concrete curbs, floor drains, adhesive dowels, and precast concrete wall connections. The project highlights the United States Department of Interior's commitment to modernizing critical infrastructure within national parks.
    This government file comprises a three-sheet drawing set detailing existing utilities at Tuolumne Meadows in Yosemite National Park. The survey, conducted by PLP, focuses on the Visitor Center, Road Camp, and Wastewater Treatment Plant areas. It meticulously maps underground utility locations, including sewer lines, water lines, electrical conduits, and drains, based on record utility maps and visible field evidence as of October 2, 2002. Key monuments like TM3, TM4A, TP 100, and TP 12 are referenced for horizontal and vertical datums (Local and NGVD 1929, respectively). The document emphasizes the necessity of field verification for all underground utility locations prior to any construction, highlighting its role as a critical pre-construction survey for infrastructure projects within the park.
    The document outlines the design data, proposed construction, and specifications for a sewage treatment plant at Tuolumne Meadows in Yosemite National Park. It details existing and predicted sewage flows, organic loading (BOD), and the proposed extended aeration plant with a capacity of 100,000 GPD and provision for 50% future expansion. Key components include a comminutor, aeration tanks, settling tank, and an oxidation pond for tertiary treatment. The document also provides a summary of quantities for various construction elements, including the sewage treatment plant, control building, electrical system, and oxidation pond. Detailed plans and sections for the treatment plant, sewage intake channel, structural details, and electrical wiring diagrams for generators and alarm systems are included. The project aims to modernize the sewage treatment infrastructure to accommodate increased visitation and proposed expansions within the park.
    General Decision Number: CA20250018, effective September 26, 2025, supersedes CA20240018 and outlines prevailing wage rates for building, heavy, and highway construction, as well as dredging projects in various California counties. This document specifies compliance with Executive Orders 14026 and 13658, requiring minimum wage rates of $17.75 and $13.30 per hour in 2025, respectively, for federal contracts. It details wage rates and fringe benefits for numerous trades, including Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers, and Ironworkers, categorized by specific areas or counties. The document also includes detailed classifications for power equipment operators in general construction, dredging, landscape, piledriving, steel erection, and tunnel/underground work, with specific rates for different groups and areas. It emphasizes annual wage adjustments and conformance requests for unlisted classifications. Additional information on contractor requirements is available at www.dol.gov/whd/govcontracts.
    The document outlines the Small Business Subcontracting Plan required for large business offerors on federal contracts exceeding $750,000 ($1,500,000 for construction). It details the fifteen elements mandated by FAR 19.704(a), including specific subcontracting goals for various small business classifications set by the National Park Service (NPS) for FY24. The plan requires offerors to establish dollar and percentage goals, identify subcontracted products/services, and outline methods for determining goals and identifying potential subcontractors. It also specifies the responsibilities of a Subcontracting Program Administrator, efforts for ensuring equitable opportunity for small businesses, and reporting requirements via the Electronic Subcontracting Reporting System (eSRS). The document emphasizes the prime contractor's commitment to timely payments, recordkeeping, and making a good faith effort to utilize small businesses, with signatures required from the Prime Contractor, Contracting Officer, Small Business Specialists, and the SBA Procurement Center Representative.
    The Project Experience Questionnaire (Solicitation: 140P2026R0001) is a critical document for offerors to detail their experience on past projects relevant to federal government RFPs, grants, and state/local RFPs. It requires companies to list contractors (prime and subcontractors), their roles, trades, prices, and performance periods. The questionnaire focuses on specific elements: describing project work, identifying how past experience addresses solicitation requirements, explaining price and schedule changes, detailing encountered problems and their resolutions, outlining successful means and methods, and providing any additional relevant information. This ensures a comprehensive evaluation of an offeror's capabilities and problem-solving skills for future government projects.
    The Past Performance Questionnaire (Solicitation No. 140P2026R0001) is a critical document for federal government RFPs, designed to gather comprehensive performance data on offerors' past projects. This questionnaire requires offerors to complete sections detailing company and contract information, which is then sent to references for evaluation. References must complete sections rating the offeror's performance across various categories including quality, schedule, cost control, management, small business subcontracting, and regulatory compliance, with defined rating definitions (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory). The information collected is deemed 'Source Selection Sensitive' and cannot be used for advertising. The document also includes an overall recommendation section and specifies a return date of January 5, 2026, to the Contracting Officer at the National Park Service – Denver Service Center.
    The General References form requires offerors to provide comprehensive contact and account information for their surety, corporate banks, insurance company, subcontractors, and material suppliers. This document is crucial for government RFPs, federal grants, and state/local RFPs, as it allows the government to assess an offeror's financial stability, past performance, and operational relationships. Offerors must disclose any less-than-satisfactory relationships with references, detailing corrective actions taken or planned. Failure to be candid can lead to an unfavorable assessment of their past performance. The form ensures transparency and helps the government make informed decisions regarding contractor suitability.
    The document, YOSE 215636, focuses on inquiries and clarifications regarding the replacement of the Tuolumne Meadows Waste Water Treatment System. It addresses numerous discrepancies and missing details across various drawings, specifications, and project requirements. Key areas of concern include missing or unclear information in piping schedules and bills of materials, material specifications for pipes (sanitary sewer, drainage, buried systems), insulation requirements for HVAC, and structural details for components like manual screens and roof framing. The document also seeks clarification on administrative aspects of the RFP, such as acceptable formats for schedules, experience requirements for offerors (including project size and construction seasons), and qualifications for key personnel. Additionally, it addresses questions related to submitting past performance questionnaires and the formatting of project experience forms, highlighting the need for precise and consistent information for project execution and proposal evaluation.
    The document addresses numerous technical and administrative questions and clarifications regarding the YOSE 215636 Tuolumne Meadows Waste Water Treatment System Replacement project. The queries cover a broad range of topics including piping schedules, material specifications, drawing details, structural components, HVAC insulation, project experience requirements, personnel qualifications, site access, and electrical systems. Responses clarify discrepancies, confirm specifications, provide missing details, and adjust requirements. Key clarifications include material types for various pipes, encasement details, valve types, insulation needs, acceptable project experience, personnel roles, construction season assumptions, and corrections to drawing references and electrical diagrams. The document emphasizes coordination between the contractor and suppliers, adherence to specifications, and the importance of legible submissions.
    The document lists individuals—Mark Ethridge, Joshua McCandless, and Garrett Chun—and indicates that their respective
    This government file, "Prebid Clarifications Amendment 02," details critical updates and clarifications regarding the usage and conditions of several staging areas for a federal government project. The document outlines specific restrictions and shared access protocols for Staging Area #1 (May Lake), Staging Area #2 (Existing WWTP), and Staging Area #3 (Parson's Lodge Parking Lot). Notably, a concrete batch plant is no longer permitted at May Lake, and its use is contingent on Option C being awarded. A new Staging Area #4 (Concessionaires Parking Lot) is introduced, allowing for RV parking but lacking water/electrical access. Across all staging areas, the contractor is required to restore them to their original condition and take pre-construction photos, emphasizing accountability and site preservation. The document is crucial for contractors bidding on the project, providing essential information to ensure compliance and proper planning regarding site logistics and resource allocation.
    Amendment 0001 to solicitation 140P2026R0001, issued by NPS, DSC Contracting Services Div, modifies the original solicitation. Key changes include adding a site visit log and readable pages 25-27 of drawings. Additionally, the Contracting Officer has been changed from Justin Bowers to Mark Barber, with contact information provided as Mark_barber@nps.gov. Offerors must acknowledge receipt of this amendment by the specified hour and date through completing items 8 and 15 and returning copies, acknowledging on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in rejection of the offer.
    Amendment 0002 to solicitation 140P2026R0001, issued by NPS, DSC Contracting Services Div, on October 16, 2025, clarifies questions from a pre-bid site visit. This amendment modifies the original solicitation by adding "Attachment 19" to address these clarifications. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies, or by separate communication. Failure to acknowledge prior to the specified hour and date may result in rejection of the offer. This document emphasizes the importance of acknowledging changes to ensure compliance and proper consideration of submitted offers, with Mark Barber as the Contracting Officer.
    Amendment 03 for solicitation 140P2026R0001, issued by NPS, DSC Contracting Services Div in Denver, CO, extends the proposal due date to January 16, 2026, by 5:00 PM MST. It establishes a deadline of December 12, 2025, for submitting questions and provides an updated Questions and Answers list (Version 1 as of December 5, 2025). Additionally, the amendment includes corrected drawings (01G025-01G026). All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered.
    Amendment 0004 to solicitation 140P2026R0001, issued by NPS, DSC Contracting Services Div, provides the current Questions and Answers list (Version 2) as of December 22, 2025. It clarifies that proposals are still due by January 16, 2026, no later than 5:00 PM MST. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 of the Standard Form 30, acknowledging on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in the rejection of offers. Changes to already submitted offers must also reference the solicitation and amendment and be received prior to the opening hour and date.
    The National Park Service (NPS) is issuing a Request for Proposal (RFP) 140P2026R0001 for the replacement of the Tuolumne Meadows Wastewater Treatment System, identified as YOSE 215636. This acquisition is a full and open competition with a construction magnitude exceeding $10,000,000. The project has a performance period from June 3, 2025, to June 30, 2033, requiring performance to begin within 10 calendar days and completion within 2190 calendar days after notice to proceed. Offerors must submit proposals by January 7, 2026, and an offer guarantee is not required. A pre-proposal site visit is mentioned in Section L, which also outlines proposal submittal requirements and amendment acknowledgment procedures. The contractor will be required to furnish performance and payment bonds.
    This government solicitation, 140P2026R0001, issued by the National Park Service (NPS) – Denver Service Center (DSC) on October 16, 2025, outlines the requirements for replacing the Tuolumne Meadows Wastewater Treatment Plant (WWTP) in Yosemite National Park, California. The project involves constructing a new plant adjacent to the existing 50-year-old facility, which serves a 500-site campground, lodge, store, ranger station, day-use parking, and visitor center, handling up to 60,000 gallons per day. Key components of the project include Southern California Edison design and improvements, demolition, civil and landscaping work, site electrical, and the construction of several buildings such as the Influent Pump Station, two Process Buildings, Dewatering Building, and Operations Building. Additional services are available as options. The contract specifies a firm-fixed-price offer, a 2,190-calendar-day completion period with liquidated damages of $8,232 per day for delays, and strict adherence to inspection, quality, and performance standards. It also details invoicing procedures via the Invoice Processing Platform (IPP) system, key personnel requirements, and various federal acquisition regulations concerning ethics, security, telecommunications equipment, and environmental compliance.
    Similar Opportunities
    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, Wyoming. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the construction of new structures and the demolition of existing ones, 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, at 2:00 PM MT. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, which involves the construction and rehabilitation of wastewater treatment facilities in Yellowstone National Park. The project aims to replace the existing Grant Village Wastewater Treatment Plant and improve the collection systems in both Grant and Canyon Villages, ensuring compliance with environmental standards and enhancing operational efficiency. This significant infrastructure initiative is valued at over $10 million, with a proposal submission deadline set for January 7, 2026, at 2:00 PM Mountain Time. Interested contractors can reach out to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further details and clarifications.
    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.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 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.
    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, identified as project CAVE 332397. This project aims to fully replace the aged water distribution system, originally installed between 1932 and 1964, to ensure the integrity of the park's resources and provide a reliable water supply for park employees and visitors. The contract is a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and potential liquidated damages for delays. Interested contractors must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with key contact Edwin Berry available at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further inquiries.
    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.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    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.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting proposals for the CA NP MULTI PMS(1) project, which focuses on pavement preservation efforts within Yosemite National Park and Devils Postpile National Monument in California. This task order request is exclusively open to a select group of prime contractors, including VSS International, Inc. and H-K Contractors, Inc., who will be responsible for various construction and traffic control activities aimed at maintaining and improving road infrastructure in these national parks. The project is critical for ensuring the safety and quality of transportation routes, as it follows assessments conducted under the Federal Highway Administration's Road Inventory Program, which evaluates the condition of paved roads and prioritizes maintenance needs. Interested subcontractors can find additional information and project documents on the Federal Lands Highway website, and inquiries can be directed to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.