Z--Resurface Trail
ID: 140P6425Q0028Type: Presolicitation
AwardedJun 17, 2025
$24.7K$24,670
AwardeeXION CONSTRUCTION COMPANY L.L.C. 3749 N 56TH ST Omaha NE 68104 USA
Award #:140P6425C0004
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)SAGAMORE HILLS, OH, 44067, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF RECREATION FACILITIES (NON-BUILDING) (Z2PA)

Set Aside

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

    The National Park Service, under the Department of the Interior, is seeking qualified contractors for a project to resurface the Adena Trail at the Hopewell Culture National Historical Park in Chillicothe, Ohio. The work involves repairing approximately 2,100 linear feet of cracks, patching asphalt surfaces, and applying a seal coat over about 48,500 square feet of pavement to restore the trail to a like-new condition. This project is crucial for maintaining the accessibility and safety of historical sites for visitors while preserving the integrity of the park's natural and historical features. The estimated project magnitude is between $25,000 and $100,000, and it is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded by June 2025. Interested parties should contact Ryan Begany at ryan_begany@nps.gov or 330-468-2500 for further details, and must ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in April 2025.

    Point(s) of Contact
    Begany, Ryan
    (330) 468-2500
    (330) 468-2507
    ryan_begany@nps.gov
    Files
    Title
    Posted
    The document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) regarding the definitization of equitable adjustments for change orders within construction contracts. Specifically, it mandates that federal agencies describe their policies and procedures related to this process, as well as provide data on the time it takes to definitize these adjustments. This information aims to ensure transparency and consistency in managing changes to contracts. The policy can be accessed through the Department of the Interior's acquisition policy website. The focus is on facilitating understanding and efficiency in adjustments to contracts, which is critical for both federal and local government projects involving construction. The emphasis on clear procedures aligns with the broader goals of effective project management in government contracts.
    The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with FAR 42.1502, which mandates federal agencies to collect past performance information on contracts. CPARS is a web-based, paperless system for conducting contractor performance evaluations, which will be accessible for government use in source selection actions. Contractors are required to provide contact details for personnel who will access their evaluations within 30 days of contract award. They may comment on the evaluations within 60 days post-performance, focusing on objective facts and addressing the assessment's implications. Failure to respond will result in the evaluation being returned to the government unacknowledged. Strict guidelines pertain to the handling of evaluations, emphasizing the need for confidentiality. Contractors may request meetings to discuss evaluations within seven days of receipt. Once finalized, completed evaluations will be stored in CPARS for review and government decision-making. This document details the protocol for evaluating contractor performance, ensuring accountability and transparency in federal contracts while preserving sensitive information relevant to the government's procurement processes.
    The document pertains to a Request for Proposal (RFP) from the U.S. Department of the Interior, specifically for resurfacing a trail at the Hopewell Culture National Historical Park, managed by the National Park Service. It includes a price schedule detailing labor and materials required for the project, although specific quantities and prices are not included in this excerpt. The total project budget appears to involve costs associated with overhead, profit, and bonds. The original document, dated April 16, 2025, outlines the costs associated with trail resurfacing, emphasizing a structured approach to financial budgeting for the project. This RFP reflects federal efforts to maintain and enhance national parks while ensuring compliance with financial guidelines.
    The U.S. Department of Interior, through the National Park Service, has issued a Request for Proposal (RFP) for a project to resurface the trail at Hopewell Culture National Historical Park in Chillicothe, Ohio. The project involves both material and labor components for resurfacing the trail, with specific categories outlined in a price schedule. Notably, the file contains sections for the cost of materials, labor, overhead, profit percentages, and required bonds, though no precise figures are included, indicating a framework for potential bidders rather than finalized costs. This RFP underscores the department's commitment to maintaining and enhancing national park facilities, ensuring both visitor safety and preservation of historical sites. The document's structure supports comprehensive bidding by itemizing project components while allowing contractors to calculate their proposals based on the provided categories. Overall, the resurfacing project reflects broader efforts to improve infrastructure within federal park services.
    The document pertains to Solicitation #140P6425Q0028 for the resurfacing of a trail, outlining essential provisions regarding telecommunications equipment and services as per the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It mandates that Offerors disclose whether they provide or use "covered telecommunications equipment or services," which may pose security risks. Offerors must complete representations indicating compliance with procurement prohibitions against certain telecommunications technologies. These provisions aim to prevent federal contracts from involving risky telecommunications components, ensuring adherence to regulatory guidelines. Additionally, it requires Offerors to check the System for Award Management (SAM) for any excluded parties. The disclosures involve providing detailed information about the equipment and services being offered, including manufacturer details and usage explanations. The overarching goal is to promote security and integrity in government contracting while limiting vulnerabilities associated with telecommunications systems.
    The document outlines a Request for Proposal (RFP) for a construction project involving the repair and resurfacing of the Adena trail by the National Park Service (NPS) in Ohio. The scope of work includes repairing approximately 2,100 linear feet of cracks, patching asphalt surfaces, and applying sealant over about 48,500 square feet of pavement. The estimated project magnitude is between $25,000 and $100,000, and it is set aside exclusively for small businesses. Additionally, requirements for performance bonds, the need for comprehensive project schedules, and a mandatory site visit are stipulated. The contractor is required to start within 10 days of receiving a notice to proceed and complete the work within 60 days. The document specifies compliance with various government regulations, including wage rates and safety standards. Evaluation of bids will be conducted impartially based on the responses to specified evaluation factors. Overall, this procurement aims to ensure that the trail restoration meets high standards of quality, safety, and environmental considerations while supporting small businesses.
    The Hopewell Culture National Historical Park is initiating a trail resurfacing project to restore the Adena Trail in Chillicothe, Ohio. The project involves applying a seal coat to approximately 48,500 square feet of asphalt and repairing about 2,100 linear feet of cracks to ensure safety for trail users. The contractor will be responsible for cleaning, preparing surfaces, and applying the sealant using approved methods and materials. Key guidelines include preserving historical features and existing utilities, adhering to safety regulations, and ensuring minimal disturbance to the park environment. The work must complete within 60 days from the Notice to Proceed, with a detailed project schedule required. Compliance with environmental standards and a rigorous quality control plan is mandated throughout the process to maintain the integrity of the natural and historical surroundings. The project emphasizes collaboration with federal regulations concerning preservation and safety while enhancing public access and enjoyment of park resources.
    The document outlines a federal RFP for the repair and resurfacing of the Adena Trail located at the Hopewell Culture National Historical Park in Chillicothe, Ohio. It includes specifications related to the materials and practices to be employed in the project, specifically detailing requirements for the use of Gilsonite Modified Asphalt Emulsion, crack sealant, and backer rod, along with necessary quality assurance measures such as material certificates. The submission requirements indicate the necessity for various supporting documentation, including manufacturing data and instructions, shop drawings, and material samples. This project reflects the National Park Service's commitment to maintaining the integrity and accessibility of national historical sites, ensuring compliance with established standards of work. The overall objective is to enhance the trail's condition for visitors while preserving the historical context of the site.
    The document outlines Ohio's General Decision Number OH20250001 regarding prevailing wage rates for construction contracts, impacting heavy and highway projects statewide. Under the Davis-Bacon Act, contractors must adhere to minimum wage requirements, determined by applicable Executive Orders. Contracts initiated or renewed after January 30, 2022, mandate a minimum wage of $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage stands at $13.30 per hour. The document details wage rates, classifications, and fringe benefits for various construction trades, including bricklayers, carpenters, and electricians across different counties. It emphasizes that applicable wage rates will be adjusted annually, and contractors must submit conformance requests for unlisted classifications. The summary highlights key wage rates for specific trades in various counties and underlines worker protections mandated by federal regulations, ensuring equitable compensation in public construction projects. Overall, this document serves as a regulatory framework for contractors engaged in federally funded construction work, ensuring compliance with wage determinations and promoting fair labor practices in Ohio's construction industry.
    Lifecycle
    Title
    Type
    Solicitation
    Z--Resurface Trail
    Currently viewing
    Presolicitation
    Similar Opportunities
    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.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    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.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    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.
    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.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    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--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Transportation, Department Of
    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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.