ContractSolicitation

Y--This project is located at Jacob Riis Park within

INTERIOR, DEPARTMENT OF THE 140P2026R0038
Response Deadline
Jun 3, 2026
26 days left
Days Remaining
26
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The National Park Service, through its DSC Contracting Services Division, is seeking a contractor to rehabilitate the Jacob Riis Parking Lot entrance and fee collection facilities in Gateway National Recreation Area, New York. The work includes demolition and reconfiguration of the vehicle entry queue, new vehicular pavement, automated fee collection infrastructure, demolition of Building 609, electrical and telecommunications utilities, anti-climb fencing, accessible parking stalls and pedestrian walks, striping, and lighting updates. The project is located at Jacob Riis Park in New York and is structured as a single-phase effort with detailed coordination, safety, environmental, archaeological, and stormwater requirements, along with pricing requirements covering both base bid items and bid options. Proposal pricing is due June 3, 2026, at 9:00 AM MT, and the solicitation states that all base and option items must be priced to avoid disqualification.

Classification Codes

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

Solicitation Documents

11 Files
A14_SSN_GATE_213019_1.pdf
PDF119 KBFeb 3, 2026
AI Summary
The National Park Service (NPS) is issuing a Sources Sought Notice (SSN) for market research regarding the Jacob Riis Parking Lot rehabilitation project at Gateway National Recreation Area in New York. The NPS is not requesting proposals at this time, but rather seeking information from both large and small businesses to develop an acquisition strategy and determine potential small business set-asides. The project involves rehabilitating the front entry to the Jacob Riis Parking Lot, including demolition of existing structures, reconfiguring the vehicle entry queue with new pavement and automated fee collection, razing the parking lot staff building, installing new utilities, fencing, and updated signage and lighting. The NAICS code for this project is 237310 (Highway Street and Bridge Construction) with a $45 million small business size standard. The NPS anticipates issuing a Request for Proposals in Summer/Fall 2026 and expects bid, performance, and payment bonds will be required. Interested businesses must submit company information, business type, bonding capacity, and relevant project experience by February 18, 2026, 3:00 PM MT to Rachel_dyer@NPS.GOV.
Sol_140P2026R0038.pdf
PDF214 KBMay 8, 2026
AI Summary
The document is a Standard Form 1442, "Solicitation, Offer, and Award" for construction, alteration, or repair work, specifically referencing Solicitation No. 140P2026R0038 for the "GATE 213019 Jacob Riis Parking Lot" project. Issued by NPS, DSC Contracting Services Div, the solicitation is a Request for Proposal (RFP) due on June 2, 2026, at 0900 local time. Key requirements include a 10-day performance start, 200-day completion, and a 90-day offer acceptance period. It specifies that performance and payment bonds may be required and outlines additional solicitation requirements such as the number of copies for offers, the need for an offer guarantee, and adherence to work requirements and clauses. The document also includes sections for the offeror's details and the government's award acceptance.
B08_140P2026R0038_Conformed_Solicitation_GATE_213019.pdf
PDF1164 KBMay 8, 2026
AI Summary
This document is a Request for Proposal (RFP) issued by the National Park Service (NPS), Denver Service Center (DSC), for the GATE 213019 Jacob Riis Parking Lot Construction project. The project aims to rehabilitate the front entry of the Jacob Riis Parking Lot in Gateway National Recreation Area, New York, to enhance visitor experience, improve safety, and simplify management. The work includes demolition, re-configuration of the vehicle entry queue, new vehicular pavement, automated fee collection infrastructure, demolition of Building 609, installation of electrical and telecommunications utilities, new anti-climb fencing, reconfigured pavement striping, ABA accessible parking stalls and pedestrian walks, and parking lot lighting updates. The project magnitude is estimated between $1M and $5M. The RFP details various contract clauses, special requirements for invoice processing, options for additional services, and key personnel. It also outlines requirements for contractor performance, inspection, payment, and adherence to federal acquisition regulations, including provisions for liquidated damages and time extensions.
B08_Attachment_4_GATE_213019_SubmittalList100_FinalCD_250612.pdf
PDF74 KBMay 8, 2026
AI Summary
The National Park Service (NPS) Intermountain Regional Office (IMRO) has issued a submittal list for the "REHABILITATE PARKING LOT ENTRANCE AND FEE COLLECTION FACILITIES AT JACOB RIIS PARKING LOT" project (GATE – 213019). This comprehensive list outlines both action and informational submittals required from the contractor. Key requirements include plans for hazardous spills, accident prevention, historic preservation, traffic control, and storm water pollution prevention. The submittals also cover construction schedules, images, archeological monitoring, and quality control. Material-specific requirements span from steel reinforcement and concrete components to signage, electrical systems, and paving materials, including hot mix asphalt designs and various bollard types. The document emphasizes that the list is not exhaustive and contractors must provide all materials indicated in specifications, drawings, and contract documents, highlighting the project's complexity and the need for detailed documentation across all phases.
Sol_140P2026R0038_Amd_0001.pdf
PDF214 KBMay 8, 2026
AI Summary
This amendment to solicitation 140P2026R0038/0001 addresses questions from offerors and extends the proposal due date from June 2, 2026, to June 3, 2026, at 9:00 AM MT. Key clarifications include the mandatory requirement for Certified Cost and Pricing Data in all contracts, regardless of competitive bid status. The Site Supervisor can perform all duties except for the Quality Control Manager role. For concrete work, Epoxy-Coated Reinforcing Bars, Dowels, and Welded Wire Reinforcement conforming to ASTM A775, A934, and A1060 respectively, are required. There is no basis of design for the vehicle barrier gate system, which should be an off-the-shelf, replaceable-arm model capable of connecting with various infrastructures. CLIN 0002 for ABA Accessibility covers all concrete work related to the Proposed Accessible Pedestrian Pathway on drawing C2.1, including demolition and placement of cast-in-place concrete improvements. For bidding purposes on selective concrete pavement removal, offerors should assume 50% of panels in the designated areas (58,385 SF for 6" reinforced concrete and 10,673 SF/10,725 SF for 4" reinforced concrete) will be removed and replaced with full panel replacements.
B08_Attachment_1_GATE213019_JacobRiisParkingLot_Specifications_2025_7_15.pdf
PDF3264 KBMay 8, 2026
AI Summary
The Jacob Riis Park Historic District project, PMIS NO. 213019, involves rehabilitating the parking lot entrance and fee collection facilities in New York City. The National Park Service (NPS) Northeast Region released these project specifications on March 8, 2025. The primary objective is to enhance visitor experience, improve safety, and simplify management by reconfiguring the vehicle entry queue, installing automated fee collection infrastructure, and updating signage and lighting. The project includes demolishing existing pavements, fencing, and a staff building, and constructing new electrical and telecommunications utilities. Key personnel include a Civil Engineer, Architect, Structural Engineer, Electrical Engineer, and Surveyor, all licensed in New York. The work will be conducted in a single phase, with strict coordination, safety, and environmental requirements, including archaeological protection and storm water pollution prevention. Contract modifications, payment procedures, and project management will adhere to detailed federal regulations and NPS software for communication and documentation.
B08_Attachment_2_GATE_213019_100__PS_E_Drawings_NPS.pdf
PDF57643 KBMay 8, 2026
AI Summary
The Gateway National Recreation Area in New York and New Jersey is undertaking a project to rehabilitate the Jacob Riis Parking Lot. This includes upgrading the entrance and fee collection facilities, restriping the lot, and addressing accessibility deficiencies to comply with ABA Accessibility Standards. The project involves extensive demolition of existing pavements, structures, and fencing, followed by the installation of new reinforced concrete improvements, pavement striping, and MUTCD-compliant signage. Bid options include the replacement of existing chain-link fencing with anti-climb security fencing and the installation of a variable message board. The project requires adherence to New York policies, EPA, OSHA, and NYC DOT standards, as well as archeological monitoring and adherence to specific seasonal work limitations for environmental mitigation.
B08_Attachment_3_ContractPriceSchedule_GATE_213019_blank_2025_8_11.xlsx
Excel23 KBMay 8, 2026
AI Summary
The National Park Service (NPS) - Denver Service Center (DSC) has issued Solicitation Number 140P2026R0038 for the Jacob Riis Parking Lot Improvements project. This contract price schedule template outlines the required pricing format for proposals, specifying that offerors must provide pricing for both base bid items and all bid options to avoid disqualification. The project includes base bid items such as Parking Lot, ABA Accessibility, Pavement Striping, and Signage improvements. Bid options cover various enhancements, including Chainlink Fencing Replacement (East and West), West Concrete Partial Replacement, and a Variable Message Board. The document emphasizes that unit prices govern in case of calculation errors for extended prices, and corrected amounts govern in summation errors. All totals and extended prices must be rounded to whole dollars. Detailed measurement and payment information is available in Division 01 Specifications Section 01 27 00,
B08_Attachment_5_Wage_Determination_NY20260003.pdf
PDF52 KBMay 8, 2026
AI Summary
This government file, General Decision Number NY20260003, details prevailing wage rates and fringe benefits for various construction trades across Bronx, Kings, New York, Queens, and Richmond Counties in New York. It covers Building, Heavy, Highway, and Residential construction projects. The document lists specific wage rates and fringes for classifications such as Asbestos Workers, Boilermakers, Bricklayers, Carpenters (including various specialties and counties), Electricians, Elevator Mechanics, Power Equipment Operators (categorized by construction type and equipment groups), Ironworkers, Laborers (including hazardous material handlers, demolition, tunnel, and asphalt workers), Glaziers, Painters, Plasterers, Cement Masons, Plumbers, Sprinkler Fitters, Roofers, Sheet Metal Workers, and Truck Drivers. Many classifications include footnotes detailing paid holidays. The file also references Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage for federal contractors, respectively. It concludes with information on union rate identifiers, survey rate identifiers, state-adopted rate identifiers, and the wage determination appeals process.
B08_Attachment_6_General_Refrences.pdf
PDF180 KBMay 8, 2026
AI Summary
This government form, titled "General References," serves as a crucial component for offerors responding to federal government RFPs, federal grants, and state/local RFPs. Its primary purpose is to collect comprehensive reference information from the offeror, encompassing details about their surety, corporate banks, insurance company, subcontractors, and material suppliers. Offerors are explicitly instructed to provide accurate and legible information, including area codes for all telephone numbers. A key requirement is the disclosure of any less-than-satisfactory relationships with references, along with explanations and descriptions of corrective actions taken or planned. Failure to disclose such instances may lead to an unfavorable assessment of the offeror's past performance due to a perceived lack of candor with the government. The form is structured to gather specific contact and account/policy/specialization details for each type of reference, ensuring a thorough evaluation of the offeror's background and reliability.
B08_Attachment_7_Subcontract_Percentage_Worksheet.xlsx
Excel90 KBMay 8, 2026
AI Summary
This government file, Contract Number 140P2025R0111, is a report on limitations on subcontracting, primarily for small business, 8(a), or other socio-economic set-aside service and construction contracts priced at or above $150,000. It outlines requirements for prime contractors regarding the percentage of work that can be subcontracted to non-similarly situated subcontractors (NSS). For general construction, a maximum of 85% may be subcontracted to NSS. The document includes sections for tracking invoiced amounts by the prime contractor, similarly situated subcontractors (SSS), and NSS, with calculations for participation percentages. A

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 3, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineJun 3, 2026
expiryArchive DateJun 18, 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