F--LIMING OF THE MEADOW RUN WATERSHED AT SHENANDOAH NATIONAL PARK IN VIRGINIA
ID: 140P4225R0013Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking quotations for a firm fixed-price contract to apply approximately 5,250 tons of limestone sand across the Meadow Run Watershed in Shenandoah National Park, Virginia. The primary objective of this procurement is to improve soil chemistry and increase pH levels in the watershed, which has been severely impacted by acidic deposition, thereby enhancing the aquatic ecosystem and overall water quality. This project is critical for ecological restoration efforts, particularly for the recovery of brook trout and native plant species, and aligns with federal environmental commitments. Interested contractors must submit their proposals by August 29, 2025, and can direct inquiries to Deborah Coles at Debbie_Coles@nps.gov or by phone at 540-677-0325.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service is soliciting quotations for a firm fixed-price contract (RFQ 140P4225R0013) to apply limestone sand across the Meadow Run Watershed in Shenandoah National Park, Virginia. Proposals must adhere to specific formatting and content guidelines, including a Work Plan, Safety Plans, Past Experience, and a Price Schedule, to be submitted by August 29, 2025. The proposal must demonstrate knowledge of the project and compliance with safety protocols, showcasing similar past projects over the last seven years. The selection will consider the work plan’s feasibility, safety measures, past performance, and pricing realism. Offerors must ensure registration in the System for Award Management and comply with various federal regulations outlined in the solicitation. The project emphasizes the importance of detailed planning and safety procedures for ecological restoration efforts and is part of the National Park Service’s broader environmental management strategy.
    The National Park Service (NPS) proposes a project to restore the Meadow Run watershed in Shenandoah National Park, Virginia, which has been severely impacted by decades of acidic deposition from air pollution, leading to degraded water quality and affected ecosystems. Under the proposed action, limestone sand will be applied via helicopter to improve soil chemistry and increase pH levels, facilitating recovery of aquatic and terrestrial life, including brook trout and native plants. The project area spans 2,150 acres, with two action alternatives presented: a split-dose liming targeting more acidified soils (Alternative B) and uniform-dose liming across the entire project area (Alternative C). The preferred Alternative B offers a more tailored approach to site conditions. Visitor safety measures will include trail closures, and helicopter operations will be timed for low visitor periods during winter. Monitoring of environmental outcomes will follow liming to assess efficacy. Without action, the current ecological degradation is expected to persist for over a century. This initiative not only aims to restore the ecosystem but aligns with federal commitments under the Clean Water Act and a court settlement with industry, making it a key environmental restoration project.
    The document, \"140P42225R0013 – SHEN Meadow Run Liming Q & A,\" addresses key questions regarding the Shenandoah National Park liming project. It clarifies weight limits for limestone transport, noting a 40,000-pound limit from May 1 to November 30 and 20,000 pounds from December 1 to April 30, with waivers often approved for heavier loads. The National Park Service (NPS) is flexible on application equipment, prioritizing safety, legal operation, and accurate, uniform limestone application with data capture. There is no set number of runs; the project schedule is limited by seasonal park conditions, with staging and application dates defined in the Statement of Work. The intent is to avoid weekend/holiday operations, acknowledging weather and road limitations, which should be factored into the detailed project schedule.
    This document addresses contractor questions regarding the SHEN Meadow Run Liming project (140P4225R0013). Key points include clarification on Skyline Drive weight limits and waivers, specifying that waivers are cost-free for submittals, with the winning offeror applying post-award. The Doyles River overlook will not be a staging area due to visitor impact. Drone use for verifying lime application is permissible with written Superintendent approval and adherence to FAA/DOI regulations. No cooperator agreement for aviation services is needed as the NPS is soliciting for limestone application, not aviation. Weight limits on park roadways vary seasonally (40,000 lbs May-Nov; 20,000 lbs Dec-Apr), with waivers possible for heavier loads. The NPS is open to various application equipment as long as it operates safely, legally, and uniformly applies lime while capturing data. There is no set number of runs; the project is limited by calendar dates due to seasonal conditions. Finally, offers must address the full 'turnkey scope,' as bids solely for limestone application are unlikely to provide the best value.
    The document outlines the pricing schedule for liming operations in Shenandoah National Park, managed by the National Park Service. It primarily details a contract for liming activities scheduled for winter 2025-2026 and extends into an option period for winter 2026-2027. The scope involves a base period of liming operations for a lump sum and the option for increased quantities at specified rates, with maximum awards set for the acreage to be treated with two different liming rates—2.25 tons/acre and 3.0 tons/acre. Specific acreage limits are described, highlighting a maximum of 885 acres at 2.25 tons/acre for the initial contract and 755 acres in the option period. The structure of the document categorizes costs for base and option periods, along with variations based on expected treatment quantities, establishing a clear framework for bids related to ecosystem management within the national park. This RFP reflects the government’s investment in environmental stewardship and maintenance of natural resources.
    The Shenandoah National Park Service (NPS) requests proposals for a service contract to apply approximately 5,250 tons of limestone sand to the Meadow Run Watershed for ecosystem restoration. The project targets acidic groundwater affecting the stream's aquatic life, making it the most acidified stream in the park. The contract spans two base periods (Winter 2025-2026 and Winter 2026-2027) and includes options for additional acreage. The project necessitates careful logistical planning due to the area's remote wilderness setting, with all operations conducted during daylight hours. The contractor is responsible for limestone acquisition, treatment documentation, and restoration of staging areas post-operation. The Environmental Assessment and a Finding of No Significant Impact were previously documented, underscoring compliance with environmental regulations. Communication protocols between NPS and the contractor are outlined to ensure safety and operational efficiency. Ultimately, the project aims to improve water quality in Meadow Run, benefiting fish species and overall ecosystem health while fostering improved visitor experiences in the national park.
    Similar Opportunities
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    JHK Erosion Control
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    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.
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    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--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the "Replace Morefield Waterlines" project (MEVE 317500) at Mesa Verde National Park in Colorado. The objective of this procurement is to replace existing waterlines to ensure reliable water supply and infrastructure integrity within the park. This project is critical for maintaining essential services in the park, particularly as winter weather approaches, which may hinder access to the site. A mandatory site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT, and interested parties must RSVP by December 8, 2025, to the primary contact, James Waller, at jameswaller@nps.gov or Kristin Tauber at Kristintauber@nps.gov. The solicitation for this project is expected to be released between December 2025 and January 2026.