Y--NERI 227185 N156 REND TRAIL BRIDGES AND
ID: 140P2026R0009Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking proposals for the construction of recreation facilities as part of the NERI 227185 N156 Rend Trail Bridges and project. This procurement involves the rehabilitation of the Rend Trail and associated bridges at New River Gorge National Park, including significant tasks such as the construction of five bridges, replacement of timber cribbing walls, and improvements to trailheads. The project is crucial for enhancing visitor access and safety within the park, with a total performance period of 500 calendar days, commencing from January 5, 2026, and concluding by September 29, 2028. Interested small businesses must submit their proposals by January 8, 2026, and can direct inquiries to Rachel Dyer at rachel_dyer@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) Denver Service Center (DSC) has issued Solicitation No. 140P2026R0009 for the NERI 227183 Rend Trail Project, focusing on rehabilitating trails and bridges at New River Gorge National Park. Offerors must submit a Firm-Fixed-Price (FFP) offer covering both baseline and option line items. The project includes work on five bridges, retaining walls, a ramp structure, culverts, trail surfaces, ditches, and two trailheads (Minden and Newlyn). Additionally, seven options cover structural concrete repair, crack repair, masonry joint pointing and patching, rivet replacement, attic stock for decking materials, a double precast restroom, and a security camera. All pricing must be rounded to whole dollars, with unit prices governing in case of calculation errors. Detailed measurement and payment information is provided in Section 01 27 00 of the project specifications.
    The government file "REHABILITATE REND TRAIL AND BRIDGES NERI 227183A" details a project to rehabilitate the Rend Trail and its associated bridges, along with improvements to the Minden and Newlyn Trailheads, within the New River Gorge National Park and Preserve in Glen Jean, WV. The scope includes rehabilitation of five bridges, replacement of nine timber cribbing walls with mechanically stabilized earth walls, development of an overlook at Bridge 2, replacement of a stair system at Big Rock with a ramp, drainage and trail surface improvements, and establishment/rehabilitation of trailhead amenities. The document also outlines comprehensive general requirements, contract modification procedures, definitions of contract line items (including optional work), and project management and coordination protocols. Key aspects covered are safety, historic preservation, environmental coordination, and strict procedures for proposals, payments, and scheduling.
    The New River Gorge National Park project involves comprehensive infrastructure upgrades, including extensive work on bridges, walls, and trailheads. This project is overseen by Stantec Consulting Services Inc. and includes 142 sheets detailing existing conditions, conceptual sediment control, and specific plans for five bridges, various wall replacements, the Big Rock Ramp, and two trailheads (Minden and Newlyn). Key general notes emphasize the contractor's responsibility to verify existing conditions, report discrepancies, protect existing signs and structures, and adhere to environmental regulations, including obtaining an NPDES permit. Geotechnical data reports are integrated into the contract documents. The summary of quantities provides information on attic stock for bridge deck panels and signage, with all quantities requiring field verification by the contractor.
    The General References form requires offerors to provide comprehensive information about their surety, corporate banks, insurance company, subcontractors, and material suppliers. This document, crucial for government RFPs and grants, mandates the inclusion of names, addresses, contact information, and specific details like types of accounts, policies, or specialized work areas. Offerors must also disclose any less-than-satisfactory relationships with these references, explaining the circumstances and outlining corrective actions taken or planned. Failure to be candid about such issues could lead to an unfavorable assessment of the offeror's past performance. The form emphasizes legibility, the inclusion of area codes for all telephone numbers, and the provision of additional explanations on separate sheets if necessary, ensuring transparency and thoroughness in the submission.
    This government file, Contract Number 140P2026R0009, outlines reporting requirements for small business set-aside service contracts, particularly focusing on limitations on subcontracting. It applies to contracts priced at or above $150,000. The document specifies maximum subcontracting percentages for non-similarly situated subcontractors (NSS) based on the type of service: 50% for general services, 85% for general construction, and 75% for special trade construction. It requires contractors to report invoiced amounts by the prime contractor, similarly situated subcontractors (SSS), and NSS. A 'Similarly Situated Subcontractor' is defined as a small business participating in the same SBA program that qualified the prime contractor. The report includes sections for calculating prime and SSS participation and the percentage subcontracted to NSS. If the NSS percentage exceeds the contractual limit, the prime contractor must provide a written corrective action plan. The file also includes a template for reporting these figures and outlines the formula for calculating the limitation on subcontracting percentage.
    The General Decision Number WV20250102 05/30/2025 outlines prevailing wage rates for highway construction projects in Fayette County, West Virginia. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into on or after specific dates. The document lists various craft classifications, including Carpenters, Electricians (Traffic Signalization Groundsman), Operating Engineers (e.g., Crane, Backhoe, Bulldozer, Roller), Ironworkers, Laborers (e.g., Traffic Control, Grade Checker, Asphalt, Pipelayer), Cement Masons, and Truck Drivers, along with their respective wage and fringe benefit rates. It also mentions Executive Order 13706, which mandates paid sick leave for federal contractors. The document provides guidance on wage determination appeals and explains different rate identifiers (Union, Union Average, Survey, State Adopted).
    The Past Performance Questionnaire (Solicitation No. 140P2026R0009) is a critical document for federal government RFPs, designed to assess an offeror's past project performance. It requires the offeror to provide company and contract details for a past project, including the project title, contract number, price, dates, and a brief work description. A designated reference then evaluates the offeror across key areas: Quality, Schedule & Time Management, Cost Control, Management, Small Business Subcontracting & Labor Standards, and Regulatory Compliance. Each area uses a five-tier rating system (Exceptional to Unsatisfactory) with definitions and requires supporting comments. The reference also provides an overall recommendation for similar contracts. This questionnaire ensures a comprehensive and objective evaluation of a contractor's capabilities, informing source selection decisions while emphasizing that the provided information is source selection sensitive and not for promotional use.
    The document is an "EXPERIENCE INFORMATION" form designed for Offerors and Team Members to detail their past project experience. It serves as a structured template to gather comprehensive information about previous contracts, task orders, or purchase orders. Key data points include the contractor's name and address, contract number, dollar value, and status (active or complete) with relevant dates. The form also requests the project title, whether the entity was a prime or subcontractor, project location, and a detailed description of the work performed, specifically highlighting relevance to the current project. Furthermore, it requires a breakdown of roles and responsibilities for all involved parties, the project owner's name, and their contact information (name, phone, and email). This document is crucial for evaluating an entity's qualifications and relevant experience in the context of government RFPs, federal grants, and state/local RFPs.
    This government Request for Proposal (RFP) (Solicitation No. 140P2026R0009) outlines the "NERI 227183 Rend Trail Project" for the National Park Service (NPS) – Denver Service Center (DSC). The project involves the rehabilitation of the Rend Trail at New River Gorge National Park and Preserve, Glen Jean, WV. Key construction tasks include rehabilitating five bridges, replacing nine timber cribbing walls with mechanically stabilized earth walls, developing a Bridge 2 Overlook, replacing the Big Rock stair system with a ramp structure, improving drainage culverts, installing new railing, and establishing/rehabilitating trailheads at Minden and Newlyn. The solicitation is a Small Business Set-Aside, with offers due by December 18, 2025, 11:00 AM MT. Performance is required within 10 calendar days of a notice to proceed and must be completed within 500 calendar days, with liquidated damages of $1,085.00 per day for delays. The document also details general contract clauses, special requirements for invoice processing, options for additional services, key personnel, and performance assessment via CPARS.
    Amendment 0001 to Solicitation 140P2026R0009, issued by the DOI, NPS, DSC Contracting Services Div, serves to add crucial site visit information. This amendment, effective November 17, 2025, details a mandatory site visit scheduled for Thursday, December 4, 2025, at 9:00 AM ET. The location for the site visit is the Minden Trailhead, with specific directions provided for reaching it from U.S. Route 19. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by the specified hour and date to ensure their offers are considered.
    Amendment 0002 to Solicitation 140P2026R0009 clarifies and updates information regarding the Rend Trail and Bridges Construction project. This amendment primarily adds details for a mandatory site visit scheduled for Thursday, December 4, 2025, at 9:00 AM ET at the Minden Trailhead. Attendees must RSVP by Tuesday, December 2, 2025, at 11:00 AM Mountain Time to Rachel Dyer and Kristopher Tilley via email. The due date for the solicitation remains December 18, 2015, at 11:00 AM Mountain Time. The amendment also clarifies confusing information on SAM.gov regarding the due date and details the location of the Minden Trailhead. The period of performance for the construction is from January 5, 2026, to September 29, 2028. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 for Solicitation 140P2026R0009 extends the proposal due date from December 18, 2025, at 11 AM Mountain Time to January 8, 2026, at 9:00 AM Mountain Time. This amendment specifically pertains to the "Rend Trail and Bridges Construction" project, categorized under the product/service code Y1PA for the construction of recreation facilities (non-building). Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered. A subsequent Amendment 0004 is anticipated to provide answers to questions. All other terms and conditions of the original solicitation remain unchanged. The issuing office is DOI, NPS, DSC Contracting Services in Denver, CO.
    This amendment (0004) to solicitation 140P2026R0009 addresses 25 questions from the market industry regarding a federal government project. Key clarifications include confirming the period of performance as 500 calendar days, outlining procedures for managing fallen trees and loose material, and approving composite filter socks in certain areas. It specifies tree removal guidelines, confirms Price Schedule Line Items 14, 15, 16, and 17 should be Lump Sum (LS) despite conflicting unit measurements in the specifications, and clarifies that contractor-provided benches must comply with Steel Park bench specifications. The amendment states that dual roles for Project Manager and Quality Control Manager are not permissible, but Quality Control Manager and Safety Manager may be approved by the Contracting Officer. It also confirms that the construction schedule can be submitted in Primavera format as a PDF, and that the bid due date was extended to January 8, 2026. Further details are provided on structural beam sizes (W6x25 for bridges 2-5), material selection for grating systems (allowing alternatives to aluminum to meet H-10 loading), and permitting alternative construction methods for bridge rehabilitation. The contractor is responsible for the full delegated design of Mechanically Stabilized Earth (MSE) walls, temporary structural supports, and obtaining necessary NPDES permit coverage. The trail closure will be continuous for the project's duration. Finally, it specifies that structural steel components do not require painting, Southern Yellow Pine Grade No. 2 or better is acceptable for timber, and all pressure-treated wood in contact with the ground or exposed to weather must be UC4B minimum. The last day for questions is December 31, 2025.
    The National Park Service (NPS) is issuing a Request for Proposal (RFP) 140P2026R0009 for the construction of recreation facilities, specifically Rend Trail and Bridges Construction. The solicitation, issued on November 17, 2025, requires performance to begin within 10 calendar days of receiving notice to proceed and to be completed within 500 calendar days, with a period of performance from January 5, 2026, to September 29, 2028. Offers are due by December 18, 2025, at 11:00 AM local time, and must remain open for Government acceptance for 60 calendar days. The project involves the construction of non-building recreation facilities, with a delivery location at NPS, DSC - Transportation, Lakewood, CO. The contractor will be required to furnish performance and payment bonds.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    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.
    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.
    M--Railroad Tie Replacement
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is preparing to issue a Request for Quote (RFQ) for a Railroad Tie Replacement project at Cuyahoga Valley National Park in Dayton, OH. The project involves replacing approximately 1,200 railroad ties along a deteriorating section of the Cuyahoga Valley Railway, ensuring compliance with Federal Rail Administration (FRA) regulations for Class 1 track standards. This initiative is crucial for maintaining safe and operational railway infrastructure within the park. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses, with a firm-fixed price expected to be awarded by early February 2026, and work commencing in March 2026. Interested contractors should contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500 for further details, and are encouraged to attend a site visit to better understand project requirements.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, 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 of wastewater treatment facilities, including the construction of new structures and the demolition of existing ones, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026, at 2:00 PM MT. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    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.
    WY NPS YELL 10(26), Gardner River High Bridge
    Transportation, Department Of
    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.