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 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 rachel_dyer@nps.gov for further information.

    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.
    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
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    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.
    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.
    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.
    Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Buyer not available
    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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    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--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.
    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.