ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

ZION- Crawford Dam Removal and Diversion

INTERIOR, DEPARTMENT OF THE 140P6426B0008
Response Deadline
Jul 8, 2026
61 days left
Days Remaining
61
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The National Park Service, through the Department of the Interior’s Ohio Major Acquisition Buying Office, is soliciting a firm-fixed-price construction contract for the Crawford Dam Removal and Diversion project at Zion National Park in southwest Utah. The work covers partial removal and disposal of the existing concrete dam and headgate structure, regrading the North Fork Virgin River, building a new intake structure with a fish screen, removing and installing pipe and appurtenances, and adding boulder riprap and smart ditch improvements. The project is a total small business set-aside under NAICS 237990, uses Washington County, Utah wage requirements, and must be completed within 180 calendar days; the specifications also prohibit in-water work from April 1 through July 31. A virtual bid opening is scheduled for July 8, 2026 at 12:00 PM ET, and award eligibility requires an active SAM registration and UEI.

Classification Codes

NAICS Code
237990
Other Heavy and Civil Engineering Construction
PSC Code
Z2KA
REPAIR OR ALTERATION OF DAMS

Solicitation Documents

6 Files
Sol_140P6426B0008.pdf
PDF999 KBMay 8, 2026
AI Summary
The National Park Service, ConOps Central, Ohio Major Acquisition Buying Office, is issuing an Invitation for Bids (IFB) for the Crawford Dam Removal project at Zion National Park in southwest Utah. This firm-fixed-price contract, with a magnitude between $1,000,000 and $5,000,000, is a Total Small Business Set-Aside under NAICS Code 237990 ($45 million size standard). The project involves partial removal of a concrete dam and headgate structure, regrading the North Fork Virgin River, constructing a new intake structure with a fish screen, removing and installing various pipes, and installing boulder embankment rip rap and smart ditch. Bidders must be registered in SAM.gov as an active small business and agree to limitations on subcontracting. A virtual bid opening is scheduled for July 8, 2026, at 12:00 PM ET. The contractor must commence work within 10 days of receiving notice to proceed and complete it within 180 calendar days. The solicitation includes detailed clauses on inspection, performance schedules, suspension of work, contract administration, electronic invoicing via IPP, and various FAR and DOIAR clauses covering labor standards, equal opportunity, safety, and insurance.
B08_Solicitation_-_DOL_Wage_Determination.pdf
PDF1649 KBMay 8, 2026
AI Summary
The General Decision Number UT20260110 is a highway construction wage determination for Washington County, Utah, effective January 2, 2026. It lists prevailing wage rates and fringe benefits for various occupations, including carpenters, power equipment operators, cement masons, electricians, ironworkers, laborers, and truck drivers. The document also includes important notes regarding Executive Order (EO) 13706, which mandates paid sick leave for federal contractors, and Executive Order 13658, which sets minimum wage requirements for certain contracts. It outlines the identifiers for union, union average, survey, and state-adopted wage rates, explaining how these rates are determined and updated. Additionally, the document details the appeals process for wage determinations, providing contact information for initial inquiries and reconsideration requests to the Wage and Hour Administrator and appeals to the Administrative Review Board.
A06_Drawings.pdf
PDF8141 KBMay 8, 2026
AI Summary
The document provides detailed engineering drawings and specifications for a project involving demolition, erosion control, temporary diversion, and habitat restoration. Key sections include an access route and staging area for demolition, an erosion control plan with a conceptual temporary diversion, and cross-sections for proposed ground and channel bed modifications. Specific dimensions and configurations are provided for structures like fish bypass gates, rock riffles, and habitat boulders, emphasizing the creation of fishways and the removal of existing materials. The plans detail the placement of riprap, filter layers, and geotextile layers, along with instructions for boulder placement to ensure proper flow and habitat. The document focuses on environmental mitigation and infrastructure improvements, likely for a dam removal or river restoration project.
B08_Solicitation_-_Bid_Schedule.xlsx
Excel23 KBMay 8, 2026
AI Summary
The provided document outlines contract price schedule templates for federal government solicitations, specifically for RFP P6426B0008 (Dam Removal at Zion National Park) and N2011080811 (Johnstonian Visitors Center at Yellowstone National Park). It details instructions for offerors on how to submit pricing for both base and option line items. Key requirements include providing total prices for lump-sum items, unit prices and extended totals for unit-priced items, and integrating costs for unlisted work into related items. The document emphasizes that unit prices govern over extended price calculation errors and corrected amounts govern over summation errors. It also specifies the rounding of totals to whole dollars and highlights the importance of conforming to solicitation documents for base and all option line items. Measurement and payment information is referenced in Division 01 Specifications for both projects.
B08_Solicitation_-_Limitations_on_Subcontracting_Report.xlsx
Excel89 KBMay 8, 2026
AI Summary
This document outlines a government contract (P6426B0008) for general construction services, designated as a Total Small Business set-aside. The contract's performance period for reporting purposes is specified, and the total contract value is due 180 days after the Notice to Proceed (NTP) issuance. A key aspect of the document is the
A06_Specifications.pdf
PDF3982 KBMay 8, 2026
AI Summary
The Zion National Park Crawford Dam Removal and Diversion Headgate Replacement Project involves the partial removal of an existing concrete dam and headgate structure, regrading of the North Fork Virgin River, and construction of a new intake structure with a fish screen. The project includes the removal and installation of various pipes and the construction of a boulder embankment riprap and Smart Ditch irrigation liner. The work is to be completed within 180 calendar days, with no in-water work from April 1 to July 31 due to fish reproductive cycles. The document outlines general requirements, contract modification procedures, definitions of contract line items, construction surveying guidelines, and project management and coordination protocols. Key elements include environmental coordination, such as wildlife protection, waste management, and spill prevention, as well as detailed requirements for submittals, RFIs, and project meetings. The project emphasizes adherence to federal, state, and local regulations, with specific provisions for site use, traffic control, and environmental protection.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 31, 2026
deadlineResponse DeadlineJul 8, 2026
expiryArchive DateSep 30, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
NATIONAL PARK SERVICE
Office
MWR OHIO(64000)

Point of Contact

Name
Bauer, Christopher

Official Sources