Z--SHEN-Improve Parking Area for Old Rag
ID: 140P4225B0001Type: Solicitation
AwardedSep 17, 2025
$1.3M$1,338,495
AwardeePHILLIPS C&C LLC 437 JOHN WEAVER DR Brightwood VA 22715 USA
Award #:140P4225C0004
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the construction of a permanent contact station and corrective drainage features at the Old Rag Parking Area in Shenandoah National Park, Virginia. The project involves relocating an existing fee collection station, regrading the parking area with a two-inch asphalt overlay, and adding a vault toilet, all while adhering to environmental sustainability standards as per the USGBC's LEED™ rating system. This initiative is part of the government's broader efforts to enhance infrastructure within national parks, ensuring compliance with federal regulations and promoting small business participation. Interested contractors should note that the bid submission deadline is August 6, 2025, and they can contact Brian McCabe at brian_mccabe@nps.gov or 202-339-7772 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the details of an amendment (00001) to federal procurement solicitation 140P4225B0001 for construction services related to the replacement of an existing Fee Collection Station. It provides a comprehensive breakdown of the contract structure, including specifications, bid schedules, and contract clauses under various sections, detailing requirements for bidders. Key points include stipulations for contractor qualifications, bid submission processes, and the necessity for registration in the System for Award Management (SAM). The bid opening is scheduled for August 6, 2025, and bidders must comply with specific regulations regarding safety, subcontracting, and insurance. Also highlighted are requirements pertaining to materials cost adjustments, contract performance assessments, and contractor responsibilities for reporting on sustainable and biobased products. The document establishes a clear framework for ensuring compliance with federal regulations and outlines the expectations for contractor performance throughout the duration of the contract. Overall, it serves to provide guidelines for prospective contractors, ensuring clarity in the bidding and execution of the contract.
    The geotechnical report prepared by Froehling & Robertson, Inc. for GWWO, Inc./Architects addresses the subsurface conditions and engineering recommendations for the Old Rag Parking Lot project in Shenandoah National Park, Virginia. The study involved fifteen soil test borings conducted between March and April 2012, revealing a stratified profile of alluvial materials, residual soils, and varying rock conditions. The report establishes a seismic site classification of "C" and recommends a net allowable bearing pressure of 3,000 psf for foundations. It suggests slab-on-grade designs for the Contact Station and notes that up to 1 inch of total settlement may occur, influenced by excavation practices and soil variability. Infiltration tests indicate that while some areas may support stormwater management, practices are not recommended at specific boring locations due to low water infiltration rates. Additional construction recommendations include proper site preparation, controlled fill placement, and maintenance of subgrade conditions during construction. The report emphasizes the necessity of ongoing geotechnical oversight throughout construction to ensure adherence to the recommendations and conditions observed during site evaluation, ensuring structural stability and safety. Overall, the document serves as a critical resource for the planned development, ensuring compliance with engineering standards and local guidelines.
    The memorandum from Jennifer Greatorex, Deputy Comptroller of the National Park Service (NPS), establishes the agency's tax-exempt status as a federal entity under the U.S. Department of the Interior. It states that the NPS is exempt from all federal, and most state, local, and city taxes, providing relevant tax identification numbers for reference. This document is significant for potential contractors or partners seeking to understand the financial and tax implications when engaging with the NPS, especially in the context of federal RFPs and grants. The clarity on tax exemption aids in simplifying the bidding and funding processes associated with governmental projects.
    The project involves the development of a permanent contact station and corrective drainage features at the Old Rag Parking Area within Shenandoah National Park, Virginia. The work includes relocating an existing fee collection station, constructing a new building, regrading the parking area with a two-inch asphalt overlay, and adding a vault toilet. It aims for compliance with the USGBC's LEED™ rating system for environmental sustainability. The project outlines specific requirements for contractor site use, including material storage, vehicle restrictions, and preservation of natural features. Operational conduct must align with National Park Service regulations, and regular meetings will be held for project coordination. Key submittals required include construction schedules, safety plans, and environmental management compliance documents. The contract defines specific line items for payment applicable to tasks such as site excavation and construction of the contact station, indicating a structured approach to project execution and fiscal management. This initiative reflects the government's efforts in infrastructure improvement while adhering to environmental stewardship and safety protocols.
    The document outlines the design and planning for a permanent contact station and corrective drainage features for Old Rag Parking in Shenandoah National Park, Virginia. The project, managed by the National Park Service (NPS), aims to construct a contact fee station and address existing erosion issues in the gravel parking lot through an asphalt overlay. Key elements include adherence to various building codes, site data, a plan for existing conditions, and specific construction notes. The project anticipates disturbing approximately 0.35 acres and regrading an additional 0.85 acres, with a focus on minimizing the impact on adjacent properties and water bodies. Erosion and sediment controls will follow Virginia guidelines, with silt fences and temporary vegetation to prevent soil loss. The sequence of construction will emphasize rapid grading to decrease potential erosion impacts. The document encapsulates vital design details, project specifications, and compliance measures necessary for executing the tasks within federal grant parameters and state regulations, highlighting essential environmental considerations in the construction process. This project underscores the government's commitment to maintaining and improving national park facilities while addressing environmental challenges.
    The document outlines the parameters of a government construction contract, providing a detailed overview of payment structures and compliance requirements related to subcontractors. It specifies a total contract value and the necessity for adhering to limitations on subcontracting, stating that the percentage of payment made to similarly situated subcontractors (SSS) should not exceed 75% to meet compliance as per outlined regulations. The performance period for the report is set for 250 days post-notice to proceed. There are no financial amounts indicated for payments to both SSS and non-similarly situated subcontractors (NSS) at the time of reporting, suggesting no transactions have yet occurred. This report serves as a compliance mechanism to ensure that the prime contractor fulfills obligations while managing subcontracting relationships in line with federal and state regulations, particularly emphasizing the importance of transparency and fiscal responsibility in government contracting processes.
    The document outlines a bid schedule for construction activities related to the relocation of an existing contact fee station, repairs to a parking lot, and the installation of a vault toilet at the Od Rag Parking Area in Shenandoah National Park, facilitated by the U.S. Department of the Interior's National Park Service. It specifies various tasks, including excavation, materials, and labor requirements for each component without indicating specific costs, suggesting that the bid is in preparation for future submissions. The main components of the project are listed as materials and labor for the relocation of the fee station, excavation, parking lot repairs, and vault toilet construction. A grand total for the project will include sub-totals and various percentages, such as overhead and profit, but these figures remain unspecified in the document. This bid schedule falls within the context of federal RFPs, indicating the government's intention to solicit qualified contractors for necessary park infrastructure upgrades while ensuring compliance with federal contracting standards.
    The document outlines Amendment 0001 to Solicitation 140P4225B0001 for the Old Rag Project in Shenandoah National Park, detailing a series of questions and answers following a site visit. Key topics include personnel qualifications, project timelines, and logistical concerns regarding materials and site conditions. Notably, it clarifies that one individual can fulfill multiple roles if they meet necessary qualifications, emphasizes the importance of accounting for equipment lead times in bids, and confirms the absence of hazardous materials such as asbestos or lead on site. Contractors must secure their own water supply and are responsible for any temporary utilities. Specific logistical queries, such as the relocation of the Fee Collection Station and construction impacts on existing facilities, are addressed. All communications and submissions should now go to a new contracting officer due to contact changes. The bid opening will occur via Microsoft Teams with no physical public gathering, aligning with modern remote engagement strategies. This amendment serves to clarify bidding and project execution protocols, ensuring contractors have a clear understanding of requirements and conditions before proceeding with proposals.
    The Shenandoah National Park project focuses on designing a permanent Fee Collection Station and addressing drainage issues at the Old Rag Parking Area in Etlan, Virginia. The scope includes preparing final construction documents that adhere to LEED™ certification standards for sustainability. It outlines project management, coordination procedures, and necessary modifications, emphasizing compliance with safety requirements and environmental regulations. The contractor will have full access to the site, with restrictions on environmental impact and regulations on hauling and material storage. Occupancy of building spaces by the government during construction is allowed if it does not disrupt project completion. The contractor must also manage administrative procedures, including obtaining necessary permits and coordinating with other contractors. The document provides detailed contract line items related to existing structures and excavation, along with a requirement for a comprehensive construction schedule that outlines activities, durations, and monitoring them through updates and progress meetings. This initiative reflects the government's commitment to infrastructure improvement while ensuring adherence to safety, environmental, and regulatory standards during the construction process.
    The project focuses on designing a permanent contact station and corrective drainage features for Old Rag Parking in Shenandoah National Park, Virginia. The design includes meet safety codes, fire protection systems, and structural requirements per standards like the National Fire Protection Association (NFPA) and the International Building Code (IBC). The construction plans involve demolishing existing structures, installing new utilities, and ensuring proper drainage to address erosion issues in the parking lot. A total of 0.35 acres will be disturbed during construction, with adjacent areas protected to minimize impacts. The project emphasizes maintaining erosion and sediment control, including implementing temporary and permanent stabilization measures after grading. Key aspects include installing silt fences, managing run-off with sediment trapping devices, and following state-specific regulations. The approach aims to increase visitor safety and accessibility while preserving environmental integrity, showcasing the National Park Service's commitment to responsible stewardship of park resources. The detailed site plans and construction notes outline measures to protect existing infrastructure and responsibly manage land disturbance throughout the project lifecycle.
    The document outlines Amendment 0001 for solicitation 140P4225B0001, issued by the National Park Service for a specific contractor engagement. The amendment addresses questions from contractors as of July 10, 2025, and includes updates to the Statement of Work (SOW) and Terms and Conditions (T&Cs). Attachments detail these changes, including a Geotech report for the Old Rag Parking Lot and a tax exemption letter. The Contracting Officer has changed to Brian McCabe, with a new contact email provided. Additionally, the amendment extends the bid submission deadline to August 6, 2025, with updated links for submissions. It emphasizes the requirement for offerors to acknowledge receipt of the amendment to avoid rejection of their proposals. All other original terms remain unchanged. This amendment ensures clarity and compliance within the procurement process, reflecting typical practices in federal RFP management.
    This document pertains to Amendment 0002 of Solicitation 140P4225B0001 issued by the National Park Service's Northeast Regional Contracting Office. The primary purpose of this amendment is to incorporate a Questions and Answers Document that was inadvertently omitted from the previous Amendment 0001. It emphasizes that all original terms and conditions of the solicitation remain unchanged despite this amendment. Additionally, it specifies the methods by which contractors must acknowledge receipt of the amendment to ensure their offers remain valid, detailing the requirements for submission. The amendment also notes the deadline for acknowledgements, and the implications of failing to submit them properly, which could result in the rejection of offers. This amendment reflects the ongoing administrative requirements and updates common in government contracting processes, ensuring clarity and compliance among bidders.
    The document is a solicitation for bids regarding a construction project at the Old Rag Parking Area in Shenandoah National Park, issued by the National Park Service. The project, valued between $1 million and $5 million, involves replacing and relocating a Fee Collection Station, regrading and paving the parking area, and adding a vault toilet. It is set aside for small businesses, and adherence to specific construction wage rates is required. A firm-fixed-price contract will be awarded, and bids must comply with submission requirements outlined in Section L of the solicitation. An organized site visit is scheduled for potential bidders, and the bid opening will occur virtually, requiring electronic submission of bids before the deadline. The successful contractor must start work within ten calendar days of receiving a notice to proceed and complete it within 250 calendar days. Additional clauses emphasize the importance of safety, quality control, and compliance with Federal Acquisition Regulations. The contractor is expected to maintain the quality and integrity of the work while facilitating inspections. This solicitation underlines the government's commitment to improving infrastructure in national parks while fostering small business participation.
    The National Park Service is conducting a Sources Sought announcement for the project titled "Design Permanent Contact Station and Corrective Drainage Features for Old Rag Parking" at Shenandoah National Park. Responses to this notice are due by March 31, 2024, and will help the NPS in market research and identifying potential contractors for a forthcoming solicitation. The project involves adding a contact station, improving drainage within the parking lot, and installing a vault toilet as detailed in the draft Statement of Work. The Government anticipates a firm-fixed price contract, with an estimated project value between $1 million and $5 million, classified under NAICS Code 238990 for All Other Specialty Trade Contractors. Interested firms must have an active registration in the System for Awards Management (SAM) and are encouraged to submit their capabilities or indicate their non-interest via email to the contracting officer, Gabriel Zambrano. The actual proposal submission date will be announced later in the solicitation documents.
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    VA NP BLRI 1K1 - Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is soliciting bids from certified Small Business Concerns for the VA NP BLRI 1K1 project, which involves pavement rehabilitation along a 3-mile segment of the Blue Ridge Parkway in Bedford County, Virginia. The project encompasses full-depth reclamation, drainage improvements, signage installation, and other miscellaneous work, with an estimated total cost ranging from $4,000,000 to $7,000,000. This initiative is crucial for enhancing the infrastructure and safety of the parkway, ensuring compliance with federal and state regulations. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically, with bid documents expected to be available around November 20, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    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--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--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    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.