Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
ID: 140P2025R0103Type: 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)
Timeline
    Description

    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 vicki_l_freese-supler@nps.gov or by phone at 720-402-8467.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Canyon Village Wastewater Treatment System in Yellowstone National Park, Wyoming. This is a pre-solicitation announcement for an upcoming RFP, expected to be issued around October 1, 2025. The project involves extensive construction services including site civil/utilities, various treatment facilities (headworks, bioreactors, digester, process, dewater), drying beds, pump stations, generator buildings, force mains, and telemetry integration. The estimated price range is over $10 million, with a performance period of 975 calendar days. A pre-proposal meeting is scheduled for October 22, 2025. This is an unfunded requirement with a high expectation of funding availability. Proposals are due December 19, 2025. The procurement will be full and open, encouraging participation from small businesses. Vendors must be registered with SAM.gov and have a UEI number to conduct business with the federal government.
    The document exclusively lists a series of dates, all falling between August 26, 2025, and August 27, 2025. Several entries explicitly state "DIGITALLY SIGNED" on August 26, 2025. This suggests the document is a record of specific actions or events, likely related to official procedures such as the signing or approval of documents, within a very narrow two-day timeframe. In the context of government RFPs, federal grants, or state/local RFPs, these dates could represent critical deadlines, submission dates, approval dates, or the execution of legally binding agreements.
    The document provides a detailed topographic survey of the Canyon Water Treatment Plant (WWTP) and Lift Station areas within Yellowstone National Park, prepared by Jacobs. It includes extensive mapping of sanitary, storm, water, electric, gas, and communication utilities, along with key infrastructure like buildings (Headworks, Blower, Storage, AWT, Generator, Lift Station), lagoons, drying beds, and roads (Gravel, Norris Canyon, Grand Loop, Asphalt). The survey specifies elevations for various manholes, culverts, and building finished floors. Detailed notes clarify that the survey is for reference, not a title or boundary survey, and that subsurface utility locates were performed but not guaranteed to be exhaustive. Project coordinates are based on Wyoming State Plane West Central Zone NAD83 (2011) and elevations on NGS benchmark CVO 85 230 (NAVD88 elevation 7922.68). Fieldwork was conducted between October 2021 and November 2023, with utility locates from June and July 2023. The document is crucial for understanding the existing infrastructure and topography for potential future federal government RFPs, grants, or state/local RFPs related to infrastructure projects in this area.
    The Yellowstone National Park's Canyon Wastewater Treatment Plant (WWTP) is undergoing a landscape restoration project, detailed across multiple plan areas (1-7), the Brink of Upper Falls Lift Station, and the Government Lift Station. The project focuses on restoring disturbed landscapes, primarily through topsoil preparation, spreading, mulching, and owner-performed seeding operations. Contractor responsibilities include determining existing conditions, which are based on topographic surveys, record drawings, and aerial imagery. The plans also address wildland-urban interface fire protection, including specific tree removal zones to preserve visual screening. A key note for the Government Force Main restoration is the strict prohibition on removing or modifying White Bark Pine trees, an endangered species. The project encompasses various facilities within the WWTP, collection systems, and lift station areas, emphasizing comprehensive restoration efforts.
    The provided government file exclusively contains repetitive digital signatures and dates, specifically "DIGITALLY SIGNED: 08/26/2025" and various instances of "08/26/2025" and "08/27/2025". The document appears to be a log or record of digital signings occurring on August 26th and 27th, 2025, with the majority falling on the former date. No other content or information is present to ascertain its main topic, purpose, or context within federal government RFPs, federal grants, or state/local RFPs. Therefore, the file's sole identifiable purpose is to document these digital signature events.
    The government file predominantly consists of dates, specifically August 26, 2025, and August 27, 2025, with several entries explicitly marked as "DIGITALLY SIGNED: 08/26/2025." The document appears to be a log or record of activities, approvals, or events that occurred on these two consecutive dates. The frequent mention of "DIGITALLY SIGNED" suggests that these entries represent formal endorsements or authenticated actions, likely related to administrative or procedural steps within a government process such as an RFP, grant, or other official transaction. The absence of additional contextual information beyond dates and digital signature indicators prevents a more specific interpretation of the document's exact purpose, but it clearly serves as a chronological record of official actions.
    The "CANYON VILLAGE WASTEWATER TREATMENT PLANT" project in Yellowstone National Park, Wyoming (YELL 326133) is a comprehensive rehabilitation and upgrade initiative. It involves the demolition of existing structures and the construction of new facilities at the Canyon Village Wastewater Treatment Plant (WWTP) site, including Headworks, Process, Bioreactor/Digester, Dewatering, Drying Beds, Intraplant Pump Station, and Generator Buildings. The project also entails the rehabilitation of existing Lagoons 1 and 3 (renamed Holding Ponds), and the construction of new underground diesel and propane storage systems. Additionally, the scope covers the Government Force Main, rehabilitation of the existing Government Lift Station Generator Building, construction of a new Government Area Lift Station, and upgrades to the Canyon WWTP Influent sewer and Government Area Sewer. Optional work includes the Brink of Upper Falls Lift Station and an Operation and Maintenance Storage Building. The project requires extensive coordination with utility providers like Northwestern Energy (NWE) and Lumen, adherence to sustainable design requirements, natural features protection, and strict safety protocols, with a projected completion date in August 2025.
    Shannon & Wilson prepared a Geotechnical Data Report for Jacobs Government Services Company concerning the replacement and rehabilitation of three water and wastewater treatment plants (WTPs/WWTPs) and associated collection systems at Yellowstone National Park, Wyoming. The project areas include Canyon Village, Grant Village, and Old Faithful. The report synthesizes data from field reconnaissance, geophysical surveys, subsurface explorations (34 borings and 6 groundwater monitoring wells), and laboratory testing conducted between 2021 and 2024. It details existing geotechnical information and subsurface conditions, including glacial deposits and altered volcanic bedrock, across the three sites. The report provides geological interpretations and findings without offering engineering recommendations, which are provided in a separate Geotechnical Report.
    The National Park Service (NPS) proposes to rehabilitate, replace, or improve wastewater and water treatment facilities at four Yellowstone National Park locations: Mammoth, Old Faithful, Grant, and Canyon Villages. An Aquatic Resources Delineation Report (August 2022) describes and maps approximately 6.0 acres of wetlands (5.52 acres palustrine emergent, 0.19 acres palustrine scrub-shrub, 0.27 acres palustrine forested) and 0.75 acres of "other waters of the United States" (OWoUS) across all study areas. The delineation followed USACE manuals and guidance. The report details the specific aquatic features and their acreage for each village. The project aims to address deficiencies in existing systems, such as replacing sewer systems and improving water treatment plants. The boundaries of potential Waters of the United States (WoUS) are preliminary and require verification by the U.S. Army Corps of Engineers (USACE). The NPS is committed to "no net loss of wetlands" and employs strategies to avoid, minimize, and compensate for wetland impacts, consistent with Executive Order 11990 and Clean Water Act regulations.
    Terracon Consultants, Inc. conducted a Regulated Building Materials (RBM) survey for the Canyon Village Wastewater Treatment Plant (WWTP) Project in Yellowstone National Park, Wyoming. The survey, performed in October 2021, included an asbestos survey, lead paint inspection, and hazardous building materials inventory across eight WWTP buildings. No asbestos-containing materials (ACMs) were identified through laboratory analysis, but pipe flange gaskets in several buildings were assumed to be Category I nonfriable ACM due to inaccessibility for sampling. Lead paint was detected in four lift stations, requiring compliance with USOSHA regulations. The hazardous building materials inventory identified various items, including mercury-vapor containing lamps/tubes, emergency lamp batteries, fire extinguishers, and tritium exit signs, all requiring proper management and disposal in accordance with federal and state regulations. The survey recommends further inspection for unassessed areas, particularly building roofs, and adherence to all applicable environmental and safety standards during planned renovations.
    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 from the offeror, including details about their surety, corporate banks, insurance company, subcontractors, and material suppliers. Offerors are instructed to provide accurate and legible information, including area codes for all telephone numbers. A key requirement is the candid disclosure of any less-than-satisfactory relationships with references, along with explanations of remedial actions taken or planned. Failure to disclose such instances may lead to an unfavorable assessment of the offeror's past performance, as it could be interpreted as a lack of candor. This attachment serves as a vital tool for the government to evaluate an offeror's financial stability, operational relationships, and past performance record, which are critical considerations in federal government RFPs, federal grants, and state and local RFPs.
    The Past Performance Questionnaire (Solicitation No. 140P2025R0103) is a critical document for evaluating contractor performance in federal government RFPs. It requires offerors to complete sections A (Offeror Information) and B (Contract Information for Past Project) before transmitting it to a reference. The reference then completes sections C (Reference) and D (Evaluation) and returns it to the Contracting Officer. The questionnaire, deemed Source Selection Sensitive, explicitly states that information provided does not imply government endorsement or allow contractors to use it for promotional purposes. Section D provides a detailed evaluation framework with definitions for "Exceptional," "Very Good," "Satisfactory," "Marginal," and "Unsatisfactory" ratings across various areas, including Quality, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance. The document concludes with an overall recommendation and return instructions for December 18, 2025, to the National Park Service – Denver Service Center.
    The Project Experience Questionnaire (Solicitation 140P2025R0103) is a government document designed for offerors to detail their past project experience relevant to a solicitation's evaluation subfactors. It requires comprehensive information about referenced projects, including title, location, description, and owner details. Offerors must list all contractors involved (prime and subcontractors), specifying their roles, trades, original and final prices, and performance periods. The questionnaire includes seven detailed questions prompting descriptions of work performed, how it addresses solicitation elements, reasons for price and schedule changes, encountered problems and their resolutions, successful means and methods, and any additional pertinent information. This document is critical for evaluating a contractor's capability and experience for federal government RFPs, grants, and state/local RFPs.
    The "SMALL BUSINESS PARTICIPATION DOCUMENT" is a mandatory attachment for all Offerors, both large and small businesses, outlining their proposed level of small business participation in federal government RFPs, federal grants, and state and local RFPs. Offerors must identify their prime business size and categories (e.g., Small Disadvantaged Business, Woman-Owned Small Business). The document requires a breakdown of the total percentage of work performed by both large and small businesses, including specific percentages for various small business categories such as HUBZone, Veteran Owned, and Service Disabled Veteran Owned Small Businesses. Additionally, Offerors must list the principal supplies/services to be performed by small businesses and describe their commitment to using small businesses, including any contractual or joint venturing arrangements. Non-U.S. Small Businesses are also required to submit a separate subcontracting plan compliant with FAR 52.219-9, addressing all 15 elements of FAR 19.704, which must be consistent with their Small Business Participation Plan. Small businesses themselves are exempt from submitting a subcontracting plan. This document ensures transparency and commitment to small business involvement in government contracts.
    This document, "Attachment 7 SMALL BUSINESS SUBCONTRACTING PLAN," outlines the requirements and procedures for large businesses proposing on federal government contracts exceeding $750,000 (or $1,500,000 for construction) to establish and submit a small business subcontracting plan. The plan is mandated by FAR 52.219-9 and aims to ensure maximum practicable utilization of small businesses, including Small Business (SB), Small Disadvantaged Business (SDB), HUBZone, Indian Small Business Economic Enterprise (ISBEE), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB) concerns. Key elements include establishing specific subcontracting goals, outlining methods for identifying potential subcontractors, defining the responsibilities of a Subcontracting Program Administrator, detailing outreach and internal efforts to foster equitable opportunities, and specifying reporting and recordkeeping requirements. The document also includes a section for formal review and acceptance by the Contracting Officer, Small Business Specialists, and the SBA Procurement Center Representative, ensuring compliance and commitment to the outlined goals.
    The solicitation (No. 140P2025R0103) by the National Park Service (NPS), Denver Service Center (DSC), seeks proposals for the YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems project at Yellowstone National Park, Wyoming. This is an unrestricted, full and open competition for a construction project exceeding $10,000,000. Key aspects include site civil/utilities, headworks, bioreactors, digester, process, dewatering, drying beds, intraplant pump station, generator building, force main, and lift station rehabilitation, along with telemetry installation. The project has an unfunded requirement with expected future funding. The contractor must commence work within 10 calendar days of notice to proceed and complete it within 975 calendar days, with liquidated damages of $2,301.00 per day for delays. Offerors must provide a Firm-Fixed-Price (FFP) offer covering base and all option line items. Special requirements include electronic invoicing via IPP, prohibitions on ATVs, identification of key personnel and trades, and compliance with various Federal Acquisition Regulations (FAR) and Department of the Interior Acquisition Regulation (DIAR) clauses concerning ethics, labor, environment, and financial matters.
    The document,
    The document, 140P2025R0103, details questions and answers regarding the Canyon Wastewater Treatment Plant project in Yellowstone National Park, a federal government RFP. It covers various aspects of the project, including administrative requirements like the correct Standard Form 1442 version and the availability of fillable forms for submittal. A key concern is the NPS Small Business Subcontracting Goals, particularly given changes in DBE standards and the unavailability of certified businesses in Wyoming; bidders are advised to continue recruiting small businesses. Technical specifications are extensively discussed for various equipment, including screw presses, fine screens, and septage receiving stations, with numerous questions about specific models, performance values, and installation requirements. The document also addresses broader project elements like demolition of existing structures, construction of new facilities, rehabilitation of lagoons, and electrical infrastructure. Additionally, it clarifies requirements for certifications, project experience, past performance, and product substitutions, emphasizing adherence to provided specifications and the use of SAM.gov for future updates. Overall, the document serves to clarify ambiguities and provide detailed guidance for bidders on this complex wastewater treatment plant upgrade.
    Amendment 0001 to solicitation 140P2025R0103, issued by NPS, DSC Contracting Services Div in Denver, CO, modifies the solicitation for the Yellowstone National Park - YELL 326133 - Canyon WWTP project. The primary purpose of this amendment is to schedule a mandatory pre-bid meeting on October 22, 2025, at 2:00 PM MS, at the Canyon Visitor Center Parking Lot Northeast Corner. Participants must RSVP by October 21, 2025 COB via email to Jason Longshore at jason_longshore@nps.gov, providing their firm's name and the number of personnel attending. Offers must acknowledge receipt of this amendment by one of the specified methods to avoid rejection. The amendment's effective date is September 30, 2025, and the due date is October 08, 2025.
    Amendment 0002 to solicitation 140P2025R0103, dated September 30, 2025, for the Yellowstone National Park - YELL 326133 - Canyon WWTP project, provides crucial updates for potential offerors. The amendment clarifies that the hour and date for receipt of offers are not extended. Its primary purpose is to provide a site map for the site showing location and emergency contact information for the day of the site showing. Specifically, it includes a Google Location Map for the site and lists Vicki Freese-Supler (720-402-5467) and Josh Hooper (303-882-3133) as points of contact. Offerors must acknowledge receipt of this amendment by one of the specified methods to ensure their offer is not rejected.
    This amendment (140P2025R0103/0003) to a solicitation for the Yellowstone National Park Canyon WWTP project clarifies key aspects for potential offerors. It provides the site showing sign-in list, establishes December 5, 2025, at 2:00 PM MT as the cutoff for all questions, and modifies FAR 52.211-10. The updated FAR clause requires the contractor to commence work within 10 calendar days of receiving the Notice to Proceed, prosecute diligently, and complete the entire work within 975 calendar days, inclusive of winter shutdowns and final cleanup. All questions must be directed to Vicki Freese-Supler and Jeanna Manseau. All other terms and conditions of the original solicitation remain unchanged.
    Solicitation Amendment 140P2025R0103-0004 modifies a solicitation for the Yellowstone National Park YELL 326133 - Canyon WWTP project. Issued by the NPS, DSC Contracting Services Div in Denver, CO, with an effective date of September 30, 2025, this amendment addresses questions received from potential offerors and provides Word versions of various forms to facilitate submission. It explicitly states that all other terms and conditions of the original solicitation remain unchanged. The deadline for acknowledging receipt of this amendment is November 19, 2025, and offers must be submitted by this date. Failure to acknowledge the amendment may result in the rejection of an offer.
    Amendment 0005 to Solicitation 140P2025R0103 for the Yellowstone National Park - YELL 326133 - Canyon WWTP project extends the proposal due date from December 19, 2025, to January 8, 2026, at 2:00 p.m. Mountain Time. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging receipt on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in the rejection of the offer. This amendment was issued by the NPS, DSC Contracting Services Div in Denver, CO, with an effective date of September 30, 2025.
    Amendment 0006 to Solicitation 140P2025R0103, issued by the NPS, DSC Contracting Services Div in Denver, CO, addresses the Yellowstone National Park - YELL 326133 - Canyon WWTP project. The purpose of this amendment is to provide responses to questions received and to issue updated Construction Specifications and Drawings. Key updates include revisions to Construction Specifications 01 11 00 (Summary of Work), 01 31 00 (Project Management and Coordination), 33 05 01 (Ductile Iron Pipe and Fittings), 33 05 13 (Manholes), 44 42 30 (Cylindrical Perforated Plate Fine Screens), 44 42 31 (Septage Receiving System), 44 46 22 (Dewatering Screw Press), and 46 66 20 (Ultraviolet Disinfection Equipment). Additionally, Drawing Sheets 350G044 (Page 21 of 716), 350G045 (Page 22 of 716), 375D301 (Page 542 of 716), and 375D304 (Page 545 of 716) have been updated. The deadline for offers is not extended, and all other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment.
    The National Park Service (NPS), specifically the DSC Contracting Services Division in Denver, Colorado, has issued Solicitation No. 140P2025R0103, a Request for Proposal (RFP) for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project. This is an unrestricted full and open competition, with a magnitude of construction exceeding $10,000,000. The project is currently unfunded but has a high expectation of funds becoming available. Offerors must submit proposals and questions as per Section "L" of the solicitation, and all federal, state, and local taxes must be included. The contractor must begin performance within 10 calendar days and complete it within 975 calendar days of receiving notice to proceed, with an estimated delivery date of November 30, 2028. The period of performance is from July 30, 2025, to November 30, 2028. Proposals are due by December 19, 2025, at 14:00 local time and must remain valid for 90 calendar days for government acceptance.
    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.
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    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 vickilfreese-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.
    WY NPS YELL 10(26), Gardner River High Bridge
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NPS YELL 10(26) project, which involves the rehabilitation of the Gardner River High Bridge located 1.5 miles east of Mammoth, Wyoming. The project encompasses a range of construction activities, including lead-based paint removal, bridge painting, approach span replacement, deep patch repairs, guardwall construction, and joint replacement, all spanning a total length of 0.32 miles. This initiative is crucial for maintaining infrastructure within Yellowstone National Park and ensuring safe access for visitors, with an estimated contract value between $20 million and $30 million. Interested vendors should note that the solicitation is anticipated to be released in Winter 2025/2026, and they can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    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--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, specifically 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) agreement, with a completion timeline of 390 calendar days and provisions for liquidated damages for delays. Interested contractors should contact Edwin Berry at edwinberry@contractor.nps.gov or 303-969-2288 for further details, and must acknowledge receipt of the solicitation amendment by the specified deadline to avoid rejection.
    Y--Grand Teton NP Industry Day and Project Outreach
    Buyer not available
    The National Park Service (NPS) is hosting an Industry Day and Project Outreach event aimed at informing contractors about upcoming federal acquisition projects at Grand Teton National Park. Scheduled for December 10, 2025, from 9 AM to 11 AM at the Craig Thomas Discovery and Visitor Center in Moose, WY, this event will facilitate open discussions regarding various projects planned for 2027 and beyond, including the Moose Entrance Station, historic building rehabilitations, and improvements to visitor facilities and roadways. Contractors interested in participating must RSVP to Molly Lynam at mollylynam@nps.gov at least 24 hours prior to the event to ensure their attendance.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.