GRSM GRAVEL FOR PARK ROADS
ID: 140P5325Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER NORTH MABO (53000)GATLINBURG, TN, 37738, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

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

    The National Park Service (NPS) is seeking a qualified vendor to provide, haul, and dump gravel for road maintenance within the Great Smoky Mountains National Park, covering areas in Tennessee and North Carolina. The project aims to ensure the integrity and safety of park roads, with a contract duration from April 1, 2025, to September 30, 2025, and a total small business set-aside designation to promote participation from small businesses. This procurement is critical for maintaining park infrastructure while adhering to environmental regulations, including sourcing gravel from approved quarries and implementing measures to prevent invasive species. Interested vendors must submit their quotes by February 24, 2025, and direct any inquiries to Ashley Warcewicz at ashley_warcewicz@nps.gov by February 14, 2025. The contract will be awarded based on the best value to the government, with all interested parties required to register in the System for Award Management (SAM) prior to submission.

    Point(s) of Contact
    Warcewicz, Ashley
    ashley_warcewicz@nps.gov
    Files
    Title
    Posted
    The government document outlines an acquisition proposal for gravel to be used for road maintenance within Great Smoky National Park. It includes 14 base bid items and 13 option bid options, detailing specific quantities and delivery locations across multiple roads in the park. The contract will last 180 days, with unit prices quoted per ton, covering hauling and stockpiling or tailgate spreading of gravel as required. Additionally, the document highlights stringent environmental measures to prevent the introduction of invasive plant species and mandates inspections of all equipment for compliance with federal and state safety standards. Contractors are responsible for ensuring public access during operations and remedying any property damage incurred during the project. Gravel sourcing is restricted to approved quarries to meet quality and environmental safety measures, with a comprehensive list of acceptable and prohibited sources provided. Payment terms are based on the quantity accepted at the contract price. Overall, this proposal illustrates a structured approach to maintaining park infrastructure while adhering to ecological and safety regulations.
    The document outlines a federal Request for Proposals (RFP) regarding the procurement of TDOT Class A, Grade D Base or its NCDOT equivalent for various road maintenance projects primarily in the Great Smoky Mountains National Park for fiscal year 2025. It specifies both base bid and bid option items for multiple roadways, including Hyatt Lane, Sparks Lane, and Upper Tremont Road, among others. Each item lists estimated quantities, with provisions for both stockpiled and tailgate spread delivery methods. The bid sheet provides a framework for contractors to submit prices per ton and total costs for the proposed work. The emphasis on specific delivery methods indicates the project's logistical considerations for effectively managing supplies in the mountainous terrain. This procurement process aims to ensure road maintenance improves safety and accessibility within the national park, following federal regulations and standards for environmental impact and construction practices. The document serves as a vital tool for guiding contractors in their proposals for government contracts related to infrastructure improvements in the region.
    The document outlines a government contract and its associated payments, focusing on the performance of tasks within specified contract periods and the limits on subcontracting. It details the contract number, type of set-aside, total contract value, and types of services provided. The report considers payments made to both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS), emphasizing the importance of compliance with subcontracting limitations outlined in federal guidelines. It includes structured sections for multiple task orders, allowing for detailed tracking of payments and ensuring that obligations to subcontractors adhere to regulatory requirements. Notably, the limitations on subcontracting percentage are calculated based on the relationship between total amounts paid to the prime contractor and NSS. This report serves as a regulatory compliance tool for managing federal grants and contracts, ensuring transparency and accountability in government spending related to contract performance and sub-contracting arrangements.
    The National Park Service (NPS) is soliciting quotations for a project in the Great Smoky Mountains National Park to provide, haul, and dump gravel for park roads to maintain their integrity and safety. This combined synopsis/solicitation (140P5325Q0004) is set for a delivery deadline of September 30, 2025, with a performance period running from April 1, 2025, to September 30, 2025. This request is designated as a 100% Small Business Set-Aside, aligning with federal acquisition regulations (FAR) that support small businesses. Interested vendors are urged to submit their quotes by February 24, 2025, with questions directed to the NPS contact by February 14, 2025. The document outlines contractual requirements, including registration in the System for Award Management (SAM) and compliance with various federal clauses, such as those regarding telecommunications and supply chain security. The contracting office will not provide hard copies of the solicitation and encourages bidders to review all posted attachments for details about the work required. The solicitation emphasizes the importance of competitive pricing and adherence to regulations to secure a successful contract, ultimately aiming to enhance road safety within the park.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Buyer not available
    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.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Blue Ridge Parkway
    Buyer not available
    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.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Buyer not available
    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.
    VA NP BLRI 1K1 - Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is soliciting bids from certified Small Business Concerns for the VA NP BLRI 1K1 project, which involves pavement rehabilitation along a 3-mile segment of the Blue Ridge Parkway in Bedford County, Virginia. The project encompasses full-depth reclamation, drainage improvements, signage installation, and other miscellaneous work, with an estimated total cost ranging from $4,000,000 to $7,000,000. This initiative is crucial for enhancing the infrastructure and safety of the parkway, ensuring compliance with federal and state regulations. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically, with bid documents expected to be available around November 20, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Buyer not available
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    WA NP OLYM 115(1) , Repair Storm Damage on Mora Road
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP OLYM 115(1) project, which involves repairing storm damage on Mora Road within Olympic National Park, Clallam County, Washington. The project aims to stabilize embankments using riprap and engineered log jams over a 0.1-mile stretch, incorporating essential construction activities such as erosion control, roadway excavation, and ecological restoration elements like fish passage boulders and log barriers. This initiative is crucial for maintaining infrastructure integrity and environmental health in the park. The estimated contract value ranges from $2,000,000 to $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target by Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.