GLAC 318705 Replace Utility Systems - Construction
ID: 140P2025R0112Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vicki_l_freese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) Denver Service Center (DSC) is issuing a pre-solicitation notice for RFP 140P2025R0112, announcing construction services for Glacier National Park, Montana. This small business set-aside project, valued over $10 million, focuses on replacing utility systems, including the rehabilitation of the Two Medicine and St. Mary Water Systems and the construction of a winter septic system in St. Mary. The work involves upgrading wells, replacing distribution systems, and constructing a new septic system. The solicitation, with an anticipated release date of October 1, 2025, will be available on SAM.gov. A pre-proposal conference and site visit are tentatively scheduled for October 15, 2025. This firm-fixed-price contract will require bid, performance, and payment bonds, with an anticipated performance period of 610 calendar days.
    Attachment 5, titled "General References," is a crucial form for offerors submitting proposals to the government. Its primary purpose is to collect comprehensive reference information, including details for sureties, corporate banks (two entries), insurance companies, and multiple subcontractors (three entries) and material suppliers (three entries). Offerors must provide names, addresses, contact persons, telephone numbers (including area codes), and specific details such as types and numbers of accounts for banks, types of policies for insurance companies, and areas of specialized work or types of material for subcontractors and material suppliers. A critical instruction emphasizes the need for offerors to disclose any less-than-satisfactory relationships with references, providing explanations and detailing corrective actions. This transparency is vital, as failure to do so could lead to an unfavorable assessment of the offeror's past performance and a determination of lack of candor with the government. The form underscores the government's requirement for thorough background checks and the offeror's responsibility for full disclosure in the contracting process.
    The Past Performance Questionnaire (Solicitation No. 140P2025R0112) is a critical document for evaluating offerors in government contracting. It requires offerors to complete sections on their company and past project information, then transmit the questionnaire to a reference. The reference, in turn, completes sections evaluating the offeror's performance across various categories such as Quality, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance. Each category includes specific performance elements and an overall rating with definitions ranging from Exceptional to Unsatisfactory. The reference also provides an overall recommendation. This questionnaire is deemed Source Selection Sensitive and its information cannot be used for promotional purposes. Completed questionnaires are to be returned to the Contracting Officer by December 5, 2025.
    The Project Experience Questionnaire (Solicitation: 140P2025R0112) is a critical component for government contractors bidding on federal projects. It requires offerors to detail their past project experience relevant to the solicitation's evaluation subfactors. The document outlines a structured format for submitting information, including company details, specific project references, and a comprehensive contractor list with roles, trades, prices, and performance periods. Key questions prompt offerors to describe project work, address specific experience elements from the solicitation, explain changes to original prices and schedules, detail problems encountered and their resolutions, discuss successful means and methods, and provide any additional relevant project information. This questionnaire ensures that bidding contractors demonstrate their qualifications and ability to manage complex projects effectively, aligning with government procurement standards.
    The Small Business Participation Document outlines requirements for offerors in federal government RFPs, grants, and state/local RFPs regarding small business involvement. Both large and small businesses must complete a Small Business Participation Proposal, detailing the percentage of work to be performed by prime and subcontractors, including specific categories like Small Disadvantaged Business, Woman-Owned Small Business, HUB Zone, Veteran Owned, and Service Disabled Veteran Owned Small Business. The document mandates a 100% combined total for large and small business participation. It also requires a description of commitments to use small businesses and a list of the principal supplies/services they will provide. Other than U.S. Small Businesses must submit a separate Small Business Subcontracting Plan in accordance with FAR 52.219-9 and FAR 19.704, which must align with their Participation Plan to be eligible for an award.
    This government solicitation (RFP 140P2025R0112) is an invitation for proposals to replace utility systems at Glacier National Park, Montana (GLAC 318705). The project, a total small business set-aside with an estimated price range of over $10,000,000, involves three main components: rehabilitation of the Two Medicine Water System, rehabilitation of the St. Mary Water System, and construction of a Winter Septic System in St. Mary. Key requirements include performance commencement within 15 calendar days and completion within 610 calendar days of receiving a notice to proceed, with liquidated damages of $1,632.00 per day for delays. Offerors must submit a Firm-Fixed-Price offer and are subject to various clauses covering inspection, performance, contract administration, and specific prohibitions on certain hardware/software and ATVs. Proposals are due by October 31, 2025, at 14:00 local time, and require performance and payment bonds within 7 days of award. Electronic invoicing via the IPP system is mandatory.
    The Glacier National Park Utility Systems Replacement project (GLAC 318705) outlines improvements for the St. Mary Water, St. Mary Winter Septic, and Two Medicine Water systems. This project, managed by the National Park Service (NPS) - Denver Service Center (DSC), involves replacing and upgrading wells, water distribution systems, wastewater treatment, and associated infrastructure. The work is divided into three schedules, each with specific phasing requirements and site access restrictions to minimize impact on park operations and visitors. Key aspects include detailed contract line items for mobilization, distribution system improvements, groundwater wells, and treatment/control buildings, along with a definition of allowable costs for contract modifications. The project emphasizes environmental protection, safety, and coordination with existing park operations, including strict guidelines for hazardous materials and construction practices within the park boundaries.
    The GLAC 318705 project involves replacing utility systems across three schedules: St. Mary Water System Improvements, St. Mary Winter Septic System Improvements, and Two Medicine Water System Improvements, with a completion date of July 29, 2025. The project requires strict adherence to various codes and standards, including health, safety, building, and accessibility regulations, and emphasizes wildlife protection, archaeological monitoring, and invasive species prevention within Glacier National Park. Key requirements include contractor responsibility for site safety, utility verification, debris disposal, and environmental protection, with detailed plans for civil, structural, mechanical, plumbing, and electrical systems for each improvement area.
    This geotechnical report by DOWL for the National Park Service outlines recommendations for replacing utility systems in Glacier National Park (GLAC-318705). The project encompasses seven sites: Many Glacier Hotel, Two Medicine, St. Mary, Lake McDonald, Logan Pass, and Granite Park Chalet. Fieldwork included geotechnical drilling at Many Glacier, Two Medicine, St. Mary, and Lake McDonald, and geophysical surveys at Logan Pass and Granite Park. Key findings indicate a minimal topsoil layer, underlain by glacial till and bedrock. Spread footing foundations are suitable for new structures, and a pavement section of four inches of asphalt over six inches of crushed aggregate is recommended. Excavating utility trenches should be feasible, though shallow bedrock at Many Glacier may require jackhammering or blasting. On-site native soils are suitable for engineered fill if rocks over six inches are removed or crushed. Groundwater was encountered at Two Medicine and Lake McDonald, and the potential for liquefaction is low.
    This document outlines Amendment 0003 to Solicitation No. 140P2025R0112, for the Glacier National Park "Replace Utility Systems: Package 1 - St. Mary Water, St. Mary Winter Septic, Two Medicine Water" project (GLAC 318705). The amendment provides the Pre-Proposal Virtual Conference Attendee List, PowerPoint Presentation, Q&A's received to date, an updated Bid Schedule, and a Limitations on Subcontracting Form. The project entails rehabilitating water and septic systems at St. Mary and Two Medicine areas, including well improvements, water main replacements, new chlorination buildings, and septic system upgrades. Key dates include an offers due date of December 5, 2025, and a period of performance of 610 calendar days. The solicitation is a Total Small Business Set Aside with a NAICS code of 237110 and a magnitude of over $10M. Evaluation factors include technical approach, management approach, schedule, project experience, and past performance, with all non-price factors combined being equal to price.
    This document, Solicitation 140P2025R0112 GLAC 318705 - Replace Utilities - Package 1, outlines questions and answers related to a government Request for Proposal (RFP). It clarifies that blank, fillable versions of essential forms, such as the Project Experience Questionnaire, Past Performance Questionnaire, General References, and Small Business Participation Document, are available in Word format to facilitate proposal submission. The document also addresses product substitutions, stating that offers of "equal" products must be submitted with the Offeror's proposal during the evaluation phase. These offers must meet specified characteristics, clearly identify the item, include descriptive literature, and detail any modifications planned to meet solicitation requirements. The Contracting Officer will evaluate "equal" products based on information provided by the Offeror.
    This amendment (140P2025R0112, Amendment 0001) to the solicitation for the "GLAC 318705 - Replace Utility Systems" project by the DOI, NPS, DSC Contracting Services, located in Denver, CO, modifies the original solicitation. The purpose of this amendment is to cancel the virtual pre-bid meeting scheduled for October 8, 2025, and the onsite pre-bid meeting scheduled for October 15, 2025. Additionally, it extends the proposal due date to November 14, 2025. A forthcoming amendment will be issued to reschedule these meetings once a continuous resolution is passed. All other terms and conditions of the solicitation remain unchanged and in full effect.
    Amendment 0002 to Solicitation 140P2025R0112 for the "GLAC 318705 - Replace Utility Systems" project has been issued to provide updated information and extend critical deadlines. The key changes include rescheduling the Virtual Pre-Bid Meeting to November 6, 2025, at 9:00 a.m. MST, with mandatory pre-registration via email to vicki_l_freese-supler@nps.gov. The on-site pre-proposal visit is now set for November 12, 2025, at 11:00 a.m. at the St. Mary Visitor Center. Additionally, the proposal due date has been extended to December 5, 2025, at 2:00 p.m. MST. All other terms and conditions of the original solicitation remain unchanged.
    This document, Amendment 0003 to Solicitation 140P2025R0112, titled "GLAC 318705 - Replace Utility Systems," serves to amend the original solicitation. The purpose of this amendment is multifaceted: it provides the Pre-Proposal Virtual Conference Attendee List, the corresponding PowerPoint Presentation, and a compilation of Questions & Answers received to date. Additionally, it furnishes an updated Bid Schedule for use in proposal submissions and includes a Limitations on Subcontracting Form to document proposed subcontracting percentages. This amendment ensures that all terms and conditions of the original solicitation, as previously modified, remain in full force and effect, except as explicitly changed herein. Offerors must acknowledge receipt of this amendment by the specified hour and date for offers to be considered.
    Amendment 0004 to solicitation 140P2025R0112 for the "GLAC 318705 - Replace Utility Systems" project has been issued by the DOI, NPS, DSC Contracting Services. This amendment serves three main purposes: to provide a list of attendees from the site visit, to distribute Word versions of required submission forms, and to offer responses to questions received thus far. The deadline for acknowledging receipt of this amendment and submitting offers is November 19, 2025. All other terms and conditions of the original solicitation remain unchanged and in full effect.
    This amendment (140P2025R0112/0005) extends the proposal due date for the GLAC 318705 - Replace Utility Systems solicitation. The new deadline for proposal submission is January 6, 2026, by 2:00 p.m. Mountain Time. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
    This document is a Request for Proposal (RFP) issued by the NPS, DSC Contracting Services Division for "GLAC 318705 - Replace Utility Systems - Construction Package 1" at Glacier National Park, Montana. This acquisition is a Total Small Business Set Aside with an estimated price range exceeding $10,000,000. The project involves replacing water and septic utility systems, with a performance period from August 4, 2025, to July 31, 2027. A pre-proposal site visit is mentioned, and offerors must submit proposals and acknowledge amendments as per Section "L." Funds are not currently available, but an award is highly anticipated upon availability. All federal, state, and local taxes must be included in proposals, as the project is not tax-exempt. Offers are due by October 31, 2025, 14:00 local time, and must allow for a 90-calendar day government acceptance period.
    Similar Opportunities
    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.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Buyer not available
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    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.
    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.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California. This project aims to construct a new facility adjacent to the existing plant, which has been in operation for over 50 years, and is critical for managing wastewater for various park facilities, including campgrounds and visitor centers. The contract, valued at over $10 million, requires completion within 2,190 calendar days, with proposals due by January 7, 2026. Interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310 for further details.
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is announcing a forthcoming solicitation for a Multiple Award Task Order Contract (MATOC) focused on construction work in Idaho, Montana, and surrounding areas. The opportunity includes a sample project for the rehabilitation of the parking area at the Glacier National Park Headquarters, designated as MT NP GLAC P HQ(3), which will be evaluated based solely on pricing, although it will not be awarded or constructed. This initiative underscores the government's commitment to enhancing infrastructure within national parks while adhering to federal and state guidelines for construction projects. Interested contractors are encouraged to visit the project site in West Glacier, Montana, before winter conditions limit access, and should direct technical inquiries via email to the provided address. The MATOC solicitation documents are expected to be available during the winter of 2024/2025, with updates accessible on the SAM site.
    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.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Buyer not available
    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking qualified contractors to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading and modifying the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety of the electrical infrastructure. This procurement is a total small business set-aside, with a performance period anticipated from September 24, 2025, to May 1, 2026, and offers are due by December 9, 2025, at 1700 ET. Interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement aims to replace the excitation system equipment, with a contract value anticipated between $5 million and $15 million, and is exclusively set aside for small businesses under NAICS code 237990. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical generation capabilities. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to attend a pre-bid site visit on October 1, 2025. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.