Mormon Row Improvements, Grand Teton National Park
ID: DOIPFBO250031Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR NORTHERN ROCKIES(12200)YELWSTN NL PK, WY, 82190, USA

NAICS

Highway, Street, and Bridge Construction (237310)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the Mormon Row Improvements project at Grand Teton National Park in Wyoming. The project aims to enhance visitor access, safety, and understanding of the historic Mormon Row District through various improvements, including trail repairs, installation of signage, and construction of a new parking area for approximately 50 vehicles. This initiative is significant for preserving the cultural landscape while ensuring compliance with accessibility standards and environmental regulations. Interested firms must submit their capability statements by December 1, 2025, at 12:00 PM MT, and are encouraged to attend a site visit on December 10, 2025, at 12:30 PM MT. For further inquiries, contact Molly Lynam at molly_lynam@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is conducting a market survey for the Mormon Row Improvements project at Grand Teton National Park. This "Sources Sought" notice aims to identify interested and capable contractors, particularly Small Businesses across various socioeconomic categories, for a construction project estimated between $1,000,000 and $5,000,000. The project, with NAICS code 237310, involves landscape repairs, trail resurfacing to meet ABA accessibility standards, installing signage, constructing a 50-car parking area, and adding pedestrian pathways, crosswalks, fencing, and vault toilets. Work will occur from June 1 to November 15, 2026, and June 1 to July 31, 2027, with sensitivity to the historic district. A mandatory site visit is scheduled for November 19, 2025, at 12:30 PM MT. Responses and capability statements are due by December 1, 2025, at 12:00 PM MT to molly_lynam@nps.gov. This is a market survey, not a solicitation, and future solicitations will be posted on SAM.gov.
    The National Park Service (NPS) is conducting a market survey for the Mormon Row Improvements project at Grand Teton National Park. This market survey aims to identify potential small businesses and other socioeconomic categories (per FAR Part 19) interested and capable of performing construction work. The project, estimated between $1,000,000 and $5,000,000, will begin in the 2026 construction season and continue into 2027. Work includes repairing and resurfacing trails, installing wayfinding and interpretive signage, constructing a new 50-car parking area, and improving pedestrian pathways, crosswalks, fencing, vault toilets, and site furnishings. All work will be sensitive to the historic character of Mormon Row. A site visit and industry day will be held on December 10, 2025, at 12:30 PM MT. Interested firms must RSVP by email at least 24 hours in advance. Responses to the sources sought, including capability statements, are due by December 1, 2025, at 12:00 PM MT. The NAICS code is 237310 (Highway, Street, and Bridge Construction) with a $45M small business size standard. This is not a solicitation, and any future solicitations will be posted on SAM.gov.
    Amendment 3 details an in-person meeting and project preview for Grand Teton National Park projects, scheduled for December 10, 2025. The event includes an Industry Day, project outreach, and site video viewings and discussions for Mormon Row, Highlands, and Taggart projects at the Craig Thomas Discovery and Visitor Center (CTDVC). Attendees can also participate in optional in-person site visits to Mormon Row and Taggart. RSVP is not required for those who previously responded to the site visit, and attendance is not mandatory for participating in the solicitation phase or submitting a proposal. The amendment provides a detailed agenda and directions to the CTDVC.
    The government is conducting market research for a competitive procurement method to identify potential contractors for the Mormon Row Improvements project in Grand Teton National Park, Teton County, WY. This is not an invitation for bids or proposals, but a request for information about firms interested in performing the work. The project, with a NAICS code of 237310 (Highway, Street, and Bridge Construction) and a small business size standard of $39.5 million, is estimated to cost between $5,000,000 and $10,000,000. Construction is slated to begin in the 2023 construction season and conclude by the fall of 2024. The projected solicitation phase is between January and March 2023. Eligible contractors must be registered as a small business under the listed socio-economic categories in SAM.gov for NAICS code 237310.
    The National Park Service (NPS) is seeking sources for the Mormon Row Improvements project at Grand Teton National Park, Wyoming. This is a Sources Sought notice, numbered DOIPFBO250031, targeting small businesses registered under NAICS code 237310 (Highway, Street, and Bridge Construction) with a size standard of $45M. The estimated project cost is between $1,000,000 and $5,000,000, with performance periods from June 1 to November 15, 2026, and June 1 to July 31, 2027. Interested contractors must submit their company name, address, phone, email, UEI number, and all applicable SBA certifications. Responses must also include bonding limits and a brief explanation of the company's capabilities to perform the work. Submissions are due via email to molly_lynam@nps.gov by 12:00 PM MT on October 29, 2025.
    The National Park Service (NPS) is conducting a market survey for the Mormon Row Improvements project at Grand Teton National Park, Wyoming. This "Sources Sought" notice aims to identify interested and capable contractors, particularly Small Businesses and various socio-economic categories, for a project estimated between $1,000,000 and $5,000,000. The project, under NAICS code 237310 (Highway, Street, and Bridge Construction), involves enhancing visitor access, safety, and understanding of the Mormon Row Historic District. Work includes repairing trails to meet accessibility standards, installing signage, constructing a new 50-car parking area, improving pedestrian pathways, adding raised crosswalks, fencing, and vault toilets. A mandatory site visit and industry day will be held on October 22, 2025, with an RSVP required. Responses to the market survey, including capability statements, are due by October 29, 2025. This is not a solicitation, but market research to inform a future competitive procurement strategy.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Amendment 1: A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a Concession Contract to provide a range of services including lodging, campgrounds, food and beverage, retail, and marina operations within Grand Teton National Park. The contract is set to commence on January 1, 2027, and aims to enhance visitor experiences by offering diverse recreational and hospitality services in one of the nation's premier natural settings. Interested parties must submit electronic proposals by January 6, 2026, following a notice of intent by December 16, 2025, and are encouraged to direct any questions to Erica Harris at imrconcessions@nps.gov by October 14, 2025.
    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.
    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.
    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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    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.
    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.
    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.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Buyer not available
    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.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.