Y--DEWA 251562 Old Mine Road North Construction
ID: 140P2025R0033Type: Solicitation
AwardedAug 27, 2025
$3.8M$3,772,490
AwardeeGAVER INDUSTRIES, INC. 910 14TH AVE BETHLEHEM PA 18018 USA
Award #:140P2025C0060
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting bids for the construction project titled "Y--DEWA 251562 Old Mine Road North Construction," aimed at enhancing pavement and drainage systems along Old Mine Road within the Delaware Water Gap National Recreation Area in New Jersey. This project involves full-depth reclamation of existing pavements, resurfacing, drainage pipe replacements, and ensuring compliance with environmental regulations, particularly in culturally sensitive areas. The selected contractor will be required to complete the work within 245 calendar days from the notice to proceed, adhering to strict guidelines regarding subcontracting, wage determinations under the Davis-Bacon Act, and sustainable practices. Interested contractors should contact Rachel Dyer at rachel_dyer@nps.gov for further details, with proposals due by June 5, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) has issued a Sources Sought Notice (SSN) related to the future construction project of Old Mine Road North within the Delaware Water Gap National Recreation Area, NJ. This SSN is intended for market research to gauge interest and qualifications from both large and small businesses ahead of a competitive acquisition process anticipated in Winter 2024. The project, estimated between $5 million and $10 million, aims to rehabilitate deteriorating road surfaces, ensuring safe access to visitor facilities while minimizing disruption during construction. Interested businesses are invited to submit information regarding their qualifications, bonding capacity, and experience with similar projects by December 16, 2024. The NPS is particularly interested in understanding the potential for a small business set-aside based on industry responses. The project’s scope includes pavement management, rehabilitation, and necessary infrastructure improvements along two specified sections of Old Mine Road, emphasizing NPS's commitment to maintaining visitor experiences and accessibility.
    This document is a Solicitation/Contract form (SF-1442) for the construction project titled "DEWA Old Mine Road North Construction" under the National Park Service (NPS). It outlines the requirements for contractors to submit bids for pavement improvements on specific segments of Old Mine Road within the Delaware Water Gap National Recreation Area. The solicitation emphasizes the necessity for completion within 245 calendar days upon notice to proceed, with the potential imposition of liquidated damages for delays. Key sections detail the bid schedule, specifications and drawings, contract administration data, and special requirements, including performance bonds and key personnel assignments. Contractors are required to adhere to strict government guidelines regarding subcontracting limitations and safety measures. The document also incorporates compliance with various federal regulations, including those related to employment practices and the prohibition of certain telecommunications and software equipment. Overall, it serves as a formal invitation for construction bids, ensuring that selected contractors fulfill specific legal, performance, and quality standards while completing the designated work efficiently and safely.
    The document outlines the solicitation for a construction project titled "DEWA Old Mine Road North Construction," with solicitation number 140P2025R0033. Managed by the National Park Service (NPS), this project involves significant pavement improvements within the Delaware Water Gap National Recreation Area, including reclamation, resurfacing, and drainage restoration. Contractors are required to submit sealed bids by specific deadlines, with performance timelines set between 10 and 245 calendar days for project completion after receiving notice to proceed. The document specifies requirements for performance and payment bonds and outlines the responsibilities of both the contractor and the government regarding inspections, quality control, and compliance with federal regulations. Additional clauses address contractor performance assessments, electronic invoicing, and special provisions related to key personnel and potential additional services. This structured solicitation ensures that all potential bidders are informed about compliance expectations and project details, reflecting the government’s commitment to transparency and accountability in federal contract management.
    The document outlines cross-sectional data and elevation metrics for Old Mine Road, detailing specific locations along the roadway from stations ranging from 260+50 to 310+00. Each section includes measurements concerning elevations at various offsets, including End of Pavement (EOP), Crown, and Daylight. Additionally, the document presents slope ratios, predominantly indicating a 3:1 gradient, alongside other slope percentages relevant to the site. This information is crucial in the context of roadway design, construction, and maintenance, ensuring compliance with engineering standards and local regulations. The precise elevation data and section details are vital for engineers and surveyors involved in planning and executing roadway projects, likely reflecting part of an RFP or grant proposal aiming to enhance infrastructure and ensure the safety and functionality of Old Mine Road. Such documentation underscores the importance of accurate terrain analysis in government-funded projects, which ultimately serves to improve community accessibility and resource management.
    The document outlines the contract specifications for pavement improvements along Old Mine Road in the Delaware Water Gap National Recreation Area, specifically detailing work segments between mile markers 26.4 to 26.7 and 29.6 to 32.4. Key areas of focus include full-depth reclamation of existing pavement, drainage pipe replacement, and rehabilitation of nearby ditches. Contractors will be required to use approved materials, adhere to strict environmental protections, and follow safety regulations, including minimizing soil disturbance and protecting native wildlife during construction. The site will remain open to public access, with restrictions on work hours and the requirement for advance approvals for any road closures. Additionally, the document emphasizes the contractor's responsibilities regarding permit acquisition and compliance with federal, state, and local regulations. The construction schedule and coordination details are provided to ensure proper sequencing of activities and adherence to regulatory requirements. This initiative represents a commitment to enhancing infrastructure while preserving the park's natural and cultural resources.
    The Project Experience Questionnaire pertains to solicitation number 140P2025R0033, aimed at evaluating contractors' qualifications for a proposed project. It requires offerors to detail their experience related to specific project elements outlined in section L of the solicitation. Key sections include providing project information such as title, location, description, and providing contacts for project owners. Additionally, a contractor list must differentiate between prime and subcontractors, specifying their roles, trades, pricing, and performance periods. The document comprises questions focusing on the nature of the work performed, the relevance of each contractor's contribution to the project's experience elements, price and schedule changes, encountered problems and their resolutions, successful means and methods, and any additional relevant project details. This structured approach ensures comprehensive project evaluation, facilitating informed decision-making in the award process. Ultimately, this questionnaire supports transparency and accountability in government procurement, ensuring that selecting contractors is based on relevant past performance and related experience. The emphasis on problem-solving and adaptability reflects the complex nature of government projects and underlines the importance of selecting well-rounded, capable contractors.
    The clauses 52.223-2 and 52.223-23 outline the requirements for contractors regarding biobased products, sustainable products, and services in federal contracts. A biobased product is defined as a commercial or industrial product made significantly from renewable biological materials. Contractors are mandated to report the types and dollar value of biobased products purchased within USDA-designated categories annually and at the end of contract performance. The sustainable products and services clause emphasizes compliance with statutory mandates under various EPA guidelines, covering recovered materials, energy-efficient products, and chemicals that support environmental sustainability. Contractors must ensure the delivery and incorporation of these products into government projects, adhering to specific standards at the time of offer submission. The Green Procurement Compilation (GPC) provides resources for identifying applicable sustainable purchasing programs relevant to contractors. This document promotes environmentally responsible procurement practices, enhancing federal efforts to support sustainability in governmental operations and procurement processes. Overall, it emphasizes the need for contractors to align with federal sustainability goals while fulfilling contractual obligations related to product sourcing.
    The document outlines wage determinations for highway construction projects in New Jersey, effective from March 14, 2025. It adheres to the Davis-Bacon Act, requiring contractors to pay minimum wage rates under Executive Orders 14026 and 13658, which set wage thresholds at $17.75 and $13.30 per hour, respectively. The notice details varying wage rates for multiple labor classifications, including bricklayers, cement masons, carpenters, electricians, and truck drivers, across specified counties. Additional considerations are given for hazardous waste work, overtime, and specific skills. The document serves as a guideline for contractors participating in federal and state-funded projects, ensuring compliance with wage rates and worker protections. By stipulating clear payment standards and requirements for prevailing wages, it aims to uphold labor rights. Contractors must also submit requests for unlisted job classifications as needed. Overall, the document emphasizes the government's commitment to fair labor practices and economic standards in public construction projects across New Jersey.
    The Delaware Water Gap National Recreation Area project focuses on pavement improvements along specific segments of Old Mine Road in Sussex County, New Jersey. The scope includes full-depth reclamation of existing pavements, resurfacing of parking areas, drainage pipe replacements, guardrail installations, and ensuring compliance with environmental regulations. The Contractor is responsible for coordinating with government entities and ensuring minimal disruption to the public during construction. Strict measures are outlined to protect wildlife, manage soil compaction, and avoid impacts on adjacent wetlands. The contractor must carry out work within defined hours, obtain necessary permits, and adhere to safety and quality standards throughout construction. Furthermore, the document emphasizes the importance of environmental management and requires regular updates on the construction schedule to monitor progress. This RFP serves to enhance infrastructure within a federally protected area while maintaining ecological integrity and compliance with relevant regulations.
    The National Park Service (NPS), through its Denver Service Center, has issued a Contract Price Schedule Template for the DEWA Old Mine Road North Construction project, linked to Solicitation Number DEWA 251562. Offerors are mandated to submit proposals that include pricing for both base and option line items, with specific guidelines for lump-sum and unit-priced items to ensure proposal compliance. The document specifies that any calculation errors in pricing will need to be rectified according to established rules, whereby unit prices take precedence over extended totals. The primary contract line item involves work on Old Mine Road North, particularly segments between specified mile points, with the current indicating a total base price of $0.00. Detailed measurement and payment information are outlined separately in the specifications. This template serves to standardize pricing submissions for government contracts, ensuring clarity and compliance in financial proposals within the federal procurement process.
    The document outlines the technical evaluation factors and submittal requirements for a federal solicitation aimed at construction projects within sensitive cultural and archaeological areas, specifically focusing on erosion control and road rehabilitation. It emphasizes the relative importance of non-price factors, particularly technical approach, project experience, and key personnel’s expertise. Bidders are instructed to submit detailed narratives describing their technical methods, relevant past projects, and resumes for key personnel. The evaluation criteria require that proposals demonstrate a clear understanding of project scope, realistic strategies, and successful experiences in similar contexts. Approaches that effectively manage risk and showcase strong problem-solving, coordination, and communication skills will be rated more favorably. Overall, the document serves to guide potential contractors in preparing compliant and competitive proposals, ensuring that they meet federal standards and project goals while addressing the preservation of natural and cultural resources.
    The document is a General Wage Determination for construction projects in Pennsylvania, specifically addressing Heavy and Highway construction types across multiple counties. It outlines the applicable prevailing wage rates and classifications for various skilled labor, including roles such as boilermakers, carpenters, and truck drivers, alongside their respective wage rates and fringe benefits. The wage rates vary based on several factors, including contract initiation dates and the applicability of Executive Orders related to minimum wage requirements. Key provisions of the Davis-Bacon Act and worker protections, including paid sick leave, are emphasized. The determination also mentions how wage rates are categorized—union rates, survey rates, and state-adopted rates—providing details on the process for wage determination adjustments. This document serves as an essential reference for contractors and laborers in ensuring compliance with federal wage standards during construction contracts, thus promoting fair labor practices across government-funded projects. Overall, it underscores the significance of adhering to established wage rates to maintain worker protection and equitable compensation in federally related construction efforts.
    The document outlines the requirements and structure of a Bid Bond, which serves as a guaranty in federal and state RFPs involving construction, supplies, or services. It includes details about the Principal (the bidder), Sureties (bond providers), and key parameters like the penal sum and bid identification. The bond obligates the Principal and Sureties to ensure completion of the contract upon bid acceptance or to compensate the government for any excess costs incurred due to non-compliance. Key conditions for the bond's validity include timely execution of necessary documents and potential extensions of bid acceptance, provided they do not exceed sixty days. Corporate sureties must be recognized by the Department of the Treasury and adhere to specified liability limits, while individual sureties must submit additional documentation. This form is crucial for ensuring financial responsibility in government contracts. The document is standardized and subject to federal regulations, highlighting the formalities required in the procurement process.
    The document outlines the requirements established by the Federal Acquisition Regulation (FAR) 36.211(b) regarding construction contract administration, specifically concerning the definitization of equitable adjustments for change orders. It mandates that agencies must articulate their policies and procedures for this definitization process and provide data related to the duration needed to finalize these equitable adjustments in construction contracts. The document directs readers to further information available at a designated DOI website, which serves as a resource for understanding the application of these regulations. The emphasis on clear procedures reflects the government's focus on accountability and transparency in managing construction contracts, which is essential for federal grants and RFPs at various government levels. This structured approach facilitates effective change order management, ensuring that projects adhere to regulatory standards and timelines.
    The document outlines the Past Performance Questionnaire for a solicitation by the National Park Service (Solicitation NO. 140P2025R0033). It serves as a tool for evaluating contractors' past performance through the input of references. Offerors must complete Sections A and B, detailing their company and past projects, while references complete Sections C and D, providing evaluations based on several criteria. The evaluation assesses quality, schedule management, cost control, management oversight, small business subcontracting compliance, and regulatory adherence. Ratings range from “Exceptional” to “Unsatisfactory,” reflecting the contractor's performance in various aspects. Additionally, it includes a disclaimer emphasizing that responses do not imply government endorsement of any contractor's services or products. The completed questionnaire must be returned to the Contracting Officer listed. Overall, the document aims to ensure that contractors meet the necessary standards for federal engagements, facilitating government transparency and accountability in procurement processes.
    This document outlines requirements and reporting for a federal contract pertaining to general construction, with a focus on small business participation. The contract price is yet to be determined, and the duration is set for 245 days post-notice to proceed. It mandates that a maximum of 85% can be subcontracted to non-similarly situated subcontractors (NSS). The report requires detailed invoicing information, specifying amounts invoiced by the prime contractor and both similarly situated subcontractors (SSS) and NSS subcontractors, with all figures currently at $0. There's a need for compliance reporting on subcontracting limitations, as set forth by the relevant contract clauses. If the NSS percentages fall short of required compliance, a corrective action plan is to be provided. This document is a critical tool for monitoring small businesses' participation in federal contracts, ensuring adherence to established guidelines and accountability in federal procurement processes.
    The document outlines the proposed pavement improvements for Old Mine Road within the Delaware Water Gap National Recreation Area, specifically in New Jersey. The project includes comprehensive design plans and is designed to enhance road safety and accessibility, particularly for bicyclists. Contractors are expected to verify existing field conditions, develop construction schedules, and minimize disruptions while following safety and environmental protocols. Key aspects include heavy truck traffic restrictions, construction staging requirements, protective measures for existing signs and utilities, and adherence to New Jersey's erosion and sediment control standards. A detailed set of plans and specifications leads the contractor’s responsibilities for the effective execution of the road improvements while ensuring environmental protection and compliance with regulatory guidelines. The document emphasizes the importance of returning disturbed areas to their original conditions and the necessity of temporary erosion controls during construction. Overall, it represents the federal initiative to maintain and improve national recreational spaces while balancing development needs with ecological protection.
    The document serves as a reference form for offerors responding to federal government Requests for Proposals (RFPs) and grants. It requires the offeror to list essential contact details for various stakeholders, including surety agents, corporate banks, insurance companies, subcontractors, and material suppliers. The document emphasizes the importance of full disclosure regarding any unsatisfactory relationships with these references, prompting the offeror to provide explanations and outline corrective actions taken to address any deficiencies. This transparency is critical, as lack of candor could negatively impact the offeror's past performance assessment by the government. The structure of the document is organized into sections allowing space for the required information, ensuring clarity and ease of completion for offerors. Overall, the purpose is to facilitate a comprehensive evaluation of an offeror’s reliability and past performance in relation to government contracts.
    The document outlines specifications related to soil management in culturally sensitive zones for a project requiring archaeological protection. It details the access road to the Soils Placement Site, approximately 1,720 feet long, and highlights contractor responsibilities, including pothole repairs and branch cutting for clear access, with disposal of limbs permitted on-site. It notes that quantities for required aggregate base course will need verification by the contractor, and additional materials can be compensated under specific conditions. Required permits are limited to the Flood Hazard Area Individual Permit and the NJDEP Stormwater Pollution Prevention Permit, with additional protection measures currently undetermined. The Flood Hazard Area Individual Permit is pending, and work commencement depends on its issuance and understanding its conditions. The document serves to clarify project requirements and ensure compliance with environmental and safety regulations, addressing potential permit modifications in response to agency stipulations. Overall, it's an integral part of a government RFP requiring rigorous adherence to archaeological and environmental protocols.
    The document is an amendment (0001) to solicitation number 140P2025R0033, related to a government contract. The amendment specifies that the acknowledgment of receipt must be submitted by one of three methods: attaching copies of the amendment, acknowledging it on the offer copies, or through a separate letter or electronic form that references the solicitation and amendment numbers. Failure to acknowledge may lead to rejection of the offer. This amendment adds specification drawings as attachment 9, stating that the initial offer’s submission deadline remains unchanged unless stated otherwise. The government entity responsible for this notice is the DOI, NPS, DSC Contracting Services based in Denver, CO. Following the amendments, the terms and conditions of the original solicitation remain intact unless specifically modified. This document highlights the procedural requirements for contractors in responding to amendments in government solicitations, underscoring compliance and acknowledgment in defense contracting processes.
    The amendment 0002 to solicitation 140P2025R0033 serves to address queries from potential contractors related to a federal project. Key questions included the absence of cross-sections in the drawing package and clarification on contract line items (CLINs). Responses indicate that relevant documents have been attached, providing the requested information about the cross-sections and the correct number of CLINs, which total seven, including two base bid and five optional items. Additionally, a necessary Project Experience Form that was not included in the original solicitation attachments has also been provided. The amendment emphasizes that acknowledgment of this change is crucial for contractors who submitted offers, as failure to do so may lead to rejection of their proposals. The overarching purpose of this amendment is to ensure clarity and compliance among bidders, thereby fostering transparent communication between government contracting officials and potential contractors. All previously set terms and conditions remain unchanged in light of this amendment.
    The document is an amendment (0003) to solicitation number 140P2025R0033, issued by the U.S. Department of the Interior, National Park Service, regarding a contract modification. The main objective of this amendment is to incorporate additional clauses and a wage determination specific to New Jersey. Notably, the amendment includes New Jersey General Decision Number: NJ20250002, dated March 14, 2025, which pertains to wage adjustments. Moreover, it introduces new mandated clauses such as 52.223-2 on reporting biobased products and 52.223-23 concerning sustainable products and services, both effective as of May 2024. The amendment stresses that all other terms and conditions of the original solicitation remain unchanged. It emphasizes the importance of acknowledging receipt of this amendment to avoid potential rejection of offers. This document is essential for contractors and offerors to remain compliant with updated requirements in government contracts and to adapt their proposals accordingly, ensuring proper execution of federal contracts while adhering to sustainable practices.
    The document is an amendment to a solicitation (number 140P2025R0033) issued by the National Park Service’s Denver office, primarily aimed at changing the due date for proposal submissions. Specifically, it extends the deadline from May 28, 2025, at 11 AM MT to June 5, 2025, at 11 AM MT. The amendment details the necessary procedures for contractors to acknowledge receipt of the amendment, either through submission of copies, letters, or electronic communications, emphasizing that failure to do so before the new date may result in rejection of their offers. It clarifies that all other terms and conditions of the solicitation remain unchanged. The amendment is aimed at ensuring clear communication and compliance among potential contractors involved in federal grant or RFP processes, showcasing the government's commitment to facilitating participation in its procurement activities. The structure includes an identification section, modification details, instructions for acknowledgment, and a concluding signature line for the contracting officer.
    The document pertains to Amendment No. 0005 of Solicitation No. 140P2025R0033 issued by the National Park Service (NPS) for contract modifications. This amendment provides clarification on submitted offers, requiring acknowledgment via letter or electronic communication before the specified deadline to avoid rejection. It primarily serves to address queries regarding the solicitation and to update the bid price schedule. The attached documents include a conformed solicitation clauses update and responses to requests for information (RFI). All other terms and conditions of the initial solicitation remain unchanged. The amendment signifies the ongoing process of contract management within federal procurement, aligning with typical RFP protocols aimed at ensuring transparency and clarity for prospective contractors. This is a vital aspect of federal grants and RFPs, as it facilitates communication between contracting authorities and bidders.
    This document serves as Amendment 0006 to Solicitation No. 140P2025R0033, issued by the National Park Service (NPS) for construction services. The amendment clarifies responses to various contractor inquiries regarding project specifications and requirements. Key points include that approved stone vendors for supplemental stone do not exist; indigenous masonry stone must be obtained onsite or locally. The amendment specifies that the scope for partial depth asphalt repair depends on contractor observations during milling, with adjustments made via contract modifications if required. Additionally, compensation for work stoppages ordered by the government or wildlife monitors will not be provided to the contractor. The amendment also reiterates the contractor is responsible for sales tax on materials. Contractors must acknowledge receipt of the amendment ahead of the submission deadline, which remains June 5, 2025. This amendment aims to ensure clarity and facilitate compliance with project expectations, maintaining transparency through the solicitation process. All other terms of the original solicitation remain unchanged.
    The document outlines a solicitation issued by the National Park Service for a construction project designated as Project No. 140P2025R0033. It contains essential information regarding the bidding process, including deadlines, requirements for performance and payment bonds, and specific instructions on submitting offers. The solicitation is categorized under sealed bids, meaning offers must be submitted in a specific format and will be publicly opened. Contractors must start work within a specified period, with a provision for required bonds if applicable. All solicitations are governed by federal acquisition regulations, ensuring compliance with established procedures. The offeror agrees to the project terms if their proposal is accepted within a defined timeframe, and amendments to the solicitation must be acknowledged by bidders. Additionally, the document provides sections for contractors to fill in their details and signatures, indicating their commitment to the project. Overall, this solicitation emphasizes the structured approach of federal contracting, ensuring transparency, competitive bidding, and adherence to regulatory requirements.
    Similar Opportunities
    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--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, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    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.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    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--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    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.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    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.
    North Jetty Repairs, Indian River Inlet
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is soliciting proposals for a Firm Fixed-Price construction contract focused on the North Jetty Repairs Project at Indian River Inlet in Sussex County, Delaware. The project entails the repair of a degraded rubblemound jetty, including both subaerial and submerged sections, and the construction of a new seaward terminus, utilizing large rock and marine mattresses in a challenging inlet environment. The estimated construction cost ranges between $25 million and $100 million, with a performance period of 730 calendar days from the Notice to Proceed. Interested contractors must register for a pre-proposal site visit scheduled for November 12, 2025, and submit proposals via the System for Award Management (SAM) and PIEE Solicitation Module by the extended deadline of December 18, 2025. For further inquiries, contact Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil or Brandon Mormello at Brandon.R.Mormello@usace.army.mil.
    IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    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.