Z--Yosemite East Valley Road Striping
ID: 140P8525Q0071Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

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

    The National Park Service (NPS) is soliciting proposals for the striping of East Valley roads within Yosemite National Park, located in Mariposa County, California. The project involves applying waterborne traffic paint along approximately one mile of designated roads, requiring contractors to mobilize labor, materials, and equipment while adhering to federal labor standards and safety regulations. This initiative is crucial for maintaining road safety and accessibility in a national park setting, emphasizing the importance of proper traffic markings for visitor safety. Interested small businesses must submit their quotes by the specified deadline, ensuring compliance with all solicitation requirements, including acknowledgment of amendments and adherence to prevailing wage rates as outlined in the associated documents. For further inquiries, potential bidders can contact Timothy Modjeski at Tim_Modjeski@nps.gov or by phone at 303-819-9916.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a Contract Price Schedule for solicitation number 140P8525Q0071 related to the YOSE East Valley Road Striping project. It outlines the required pricing structure, specifying that contractors must submit lump-sum prices for certain items and unit prices with total calculations for others. Line items are categorized by road segments and types of striping, with quantities measured in linear feet (LF). Key sections include various roadways such as Curry 4-Way, Awahnee Road, and Highway 41, along with items for traffic control and sweeping services. All prices are currently listed as zero, indicating that contractors must provide their proposed amounts. The document emphasizes the need for accuracy in calculations, with specific instructions on how to resolve discrepancies. Overall, it serves as a guideline for potential bidders to ensure they conform to the solicitation's pricing requirements and contribute to the maintenance and improvement of road safety in the designated areas.
    The Statement of Work outlines the requirements for applying waterborne traffic paint on East Valley roads, including a specific section in Yosemite National Park. Work must occur during low traffic periods, primarily between 8:00 PM and 6:00 AM, avoiding weekends and holidays unless authorized. The project includes surface preparation, traffic control, and compliance with specific painting specifications and material safety data. The work will adhere to the Manual on Uniform Traffic Control Devices (MUTCD) and state regulations for pavement markings. Providers must submit materials' safety data sheets prior to application and ensure compliance with performance metrics for waterborne paint. Specifications emphasize the correct mixing, application rates, handling characteristics, and environmental standards for paint, including the use of glass beads for visibility. Measurements of work will be documented according to established protocols. Additionally, there are travel restrictions on Route 140 for vehicle lengths. This procurement document reflects federal guidelines on road safety markings, ensuring high standards for public roadway maintenance in a national park setting.
    The document outlines the General Decision Number CA20250018 concerning wage determinations for construction projects in various counties across California. It specifies types of construction covered, including building, heavy, dredging, and highway projects, along with compliance with the Davis-Bacon Act, which mandates minimum wage rates as governed by Executive Orders 14026 and 13658. The summary provides wage rates for several construction categories like asbestos removal, carpentry, and electrical work, with specified rates varying by area within the state. It emphasizes the need for contractors to adhere to local labor standards and submit conformance requests for worker classifications not listed. This information serves as vital guidance for federal and state contracting processes, ensuring fair labor practices in public construction projects. Overall, this document is a resource for contractors engaged in government projects, outlining essential wage and compliance requirements.
    The provided text comprises two distinct map data entries, likely excerpts from a larger geographic or infrastructure-related document. The first entry, "East Valley Roads," is accompanied by "Map data ©2025 Google" and a scale of "1000 ft," suggesting a focus on a broader road network or area. The second entry, "Wawona Tunnel to Valley Loop Road," also includes "Map data ©2025 Google" but with a more detailed scale of "500 ft," indicating a closer view of a specific route or landmark. Given the context of government RFPs, federal grants, and state/local RFPs, these entries could represent preliminary geographical information for proposed infrastructure projects, environmental impact assessments, or land use planning within a government-funded initiative. The data serves as foundational geographical references, crucial for planning and executing projects that involve transportation, land development, or resource management.
    The General Decision Number: CA20250018 08/01/2025 outlines prevailing wage rates for various construction types in California, including Building, Heavy, Highway, and Dredging projects across 17 counties. It specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts, with annual adjustments. The document details wage rates and fringes for numerous trades such as Asbestos Workers, Boilermakers, Bricklayers, Carpenters (including divers and piledrivers), Electricians, and Elevator Mechanics, often varying by specific county areas or zones. It also provides detailed classifications for Power Equipment Operators (including cranes, piledriving, steel erection, and tunnel/underground work) and Dredging, with corresponding area definitions and group descriptions. The comprehensive nature of this document ensures compliance with federal labor standards for government-funded construction projects in California.
    Amendment 0001 to Solicitation 140P8525Q0071, issued by the DOI, NPS, PWR - SF/SEA MABO, revises the initial solicitation. The amendment, dated July 16, 2025, and effective August 6, 2025, primarily adds East Valley Road striping maps and replaces the previous wage rates (CA20250018) with a revised version dated July 31, 2025. The Request for Quotation (RFQ) due date remains unchanged. This modification ensures that all terms and conditions of the original solicitation, as previously amended, remain in full force and effect. Bidders must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging it on their offer, or sending a separate communication, all prior to the specified offer receipt hour and date.
    The National Park Service (NPS) has issued a Request for Proposal (RFP) for a construction project focused on the striping of the East Valley roads in Yosemite National Park, Mariposa County, CA. The project encompasses the application of waterborne traffic paint along approximately one mile of roads, requiring a firm-fixed-price contract. Contractors are expected to mobilize labor, materials, equipment, and comply with site rehabilitation and cleanup procedures. This solicitation is set aside for small businesses, emphasizing the evaluation criteria based on price, technical capability, and prior experience in similar projects. Interested offerors must submit quotes adhering to detailed instructions, including a signed acknowledgment of the solicitation, a pricing schedule, and evidence of project experience. The contract's performance period is stipulated, with requirements for performance and payment bonds. Key contractual obligations include adherence to federal labor standards, safety regulations, and a focus on maintaining work hours during regular business days. Deadline for submitting inquiries is July 30, 2025, and the offers must be valid for a minimum of 60 days. Ensuring compliance with these guidelines will be critical for prospective contractors aiming to fulfill this government contract while aligning with fiscal and operational regulations.
    The National Park Service (NPS) is issuing a solicitation for a firm fixed-price contract to apply waterborne traffic paint on the East Valley roads of Yosemite National Park, specifically from Wawona Tunnel to the Valley Loop, encompassing a distance of approximately one mile. This pre-solicitation announcement is limited to Small Business (SB) entities, and proposals from non-SB bidders will be rejected. The estimated contract value ranges between $100,000 and $250,000, classified under the NAICS code 237310, with a small business standard set at $45 million. The selection process for contract award will involve a comparative evaluation based on price and non-price factors, including technical capability and past performance. The Request for Quotations (RFQ) will be available electronically on SAM.gov around July 17, 2025, with quotes due within 15 days following issuance, subject to possible extension. Prospective bidders must have an active registration in the System for Award Management (SAM) and possess a unique entity identifier. It is indicated that contract awards may not necessarily result from this solicitation, with contractors bearing all costs associated with proposal preparation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    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.
    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.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    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.
    WY NPS YELL 10(26), Gardner River High Bridge
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NPS YELL 10(26) project, which involves the rehabilitation of the Gardner River High Bridge located 1.5 miles east of Mammoth, Wyoming. The project encompasses a range of construction activities, including lead-based paint removal, bridge painting, approach span replacement, deep patch repairs, guardwall construction, and joint replacement, all spanning a total length of 0.32 miles. This initiative is crucial for maintaining infrastructure within Yellowstone National Park and ensuring safe access for visitors, with an estimated contract value between $20 million and $30 million. Interested vendors should note that the solicitation is anticipated to be released in Winter 2025/2026, and they can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    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.