DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
ID: 140P2025R0082Type: 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

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)
Timeline
    Description

    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 amber_hughes@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) Denver Service Center (DSC) is issuing a Pre-Solicitation Notice (PSN) for RFP 140P2025R0082, seeking construction services for the “Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems” project at Death Valley National Park, California. This project, with an estimated magnitude above $10 million, involves rehabilitating, replacing, and upgrading various components of the deteriorating water and wastewater systems in the Furnace Creek and Cow Creek areas. Work includes replacing service laterals, correcting mains, repairing manholes and pump stations, and improving lagoons for the wastewater system. Water system work encompasses developing a new well at Cow Creek, reconstructing the reverse osmosis building, upgrading control and air quality monitoring equipment, installing a generator and security fence, and rehabilitating non-potable lines. At Furnace Creek, water system work includes rehabilitating reservoir access, constructing a chlorination building, replacing well pumps, and addressing distribution piping deficiencies. The project falls under NAICS code 237110 (“Water and Sewer Line and Related Structures Construction”) with a $45.0 million size standard and PSC Z2NE (“Repair or Alteration of Water of Supply Facilities”). The anticipated period of performance is 915 calendar days, under a Firm-Fixed-Price (FFP) stand-alone contract requiring Bid, Performance, and Payment Bonds. The solicitation will utilize Unrestricted Full and Open Competition procedures, with award based on Best Value considering Non-Price and Price factors, in accordance with FAR Part 15 and FAR Part 36. The formal RFP is expected to be issued electronically via SAM.gov as early as mid-September 2025, with a Pre-Proposal Site Visit anticipated. Prospective offerors must be registered in SAM.gov with an active Unique Entity Identification (UEI) number.
    The Death Valley National Park is undertaking a project to rehabilitate water and wastewater systems at Furnace Creek and Cow Creek. The project, identified as DEVA PMIS NO. 318717, involves extensive work including upgrades to treatment buildings, pipe vaults, lagoons, headworks, and sitework in both areas. Key aspects include new RO buildings, lift stations, pool filtration, and comprehensive piping replacements (water and wastewater) using both open trench and trenchless methods. The project also addresses demolition of existing infrastructure and includes several optional work items. Special requirements for the contractor include environmental protection, archaeological protection, safety, and adherence to specific work hours, especially in public and housing areas. There are also restrictions regarding campground closures, public access, and the protection of natural and historic features, including a ban on work in the Nevares Springs area during bighorn sheep lambing season. Hazardous material handling, desert tortoise protection, and the use of a project construction software (Project Team) are also mandated. The project emphasizes lump sum payment for defined contract line items and outlines detailed procedures for contract modifications, including allowable costs for overhead and profit.
    The Death Valley National Park project, DEVA PMIS NO. 318717, involves rehabilitating water and wastewater systems at Furnace Creek and Cow Creek areas. This project manual outlines construction documents from Divisions 2-49, detailing requirements for existing conditions, concrete, masonry, metals, wood, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, special construction, plumbing, HVAC, electrical, electronic safety and security, earthwork, exterior improvements, utilities, process interconnections, process gas/liquid handling, and water/wastewater equipment. Key aspects include protecting existing utilities and vegetation, adherence to regulatory demolition and salvage procedures, and specific material and execution standards for concrete work. The project emphasizes quality assurance, safety, and environmental protection, with geotechnical reports provided for informational purposes. The scope includes demolition, removal, and salvage of equipment, with strict guidelines for managing waste and protecting historical items and the environment.
    This government file details construction drawings for rehabilitating water and wastewater systems at Furnace Creek and Cow Creek areas within Death Valley National Park. The project, designated PMIS/PKG NO. 178069 and Drawing No. 318717, involves comprehensive upgrades to existing utilities. The document includes a legend of symbols and abbreviations, general construction notes, and an extensive sheet index outlining plans for water and wastewater systems, demolition, site work, and various architectural, structural, mechanical, plumbing, and electrical details across both areas. Key aspects include environmental compliance, protection of sensitive areas, and field verification of existing utilities, emphasizing the project's complexity and adherence to safety and environmental regulations.
    The government file, encompassing sheets C1.40 through C1.53, details the "FURNACE CREEK WATER PLAN & PROFILE" for both the South Alignment and Tank to Wells sections within Death Valley National Park. The project, designed by L. Graef and reviewed by M. Whelehon on January 17, 2025, involves the installation of 8-inch HDPE DR 11 and DR 17 water mains. It outlines extensive horizontal directional drilling and open trench excavation, specifying minimum cover requirements of 2.50 feet, with actual covers ranging from 2.71 to 3.96 feet. Key elements include the precise location of new water mains, existing fiber optic and water/sewer main crossings, gate valves, blowoff valves, and water service connections. The plans also address sensitive areas, existing infrastructure such as gabion baskets and a 2.0 MG water tank, and propose a new RPZ backflow preventer and propane tank/generator. The project emphasizes maintaining a 3-foot minimum separation between water and fiber optic lines, protecting existing structures, and adhering to a 50-foot disturbance limit, with some areas adjusted to 20 feet to avoid sensitive zones. This comprehensive plan ensures the safe and efficient upgrade and expansion of the water infrastructure within the national park.
    The document provides a detailed plan and profile for the Cow Creek Water project, focusing on the installation of an 8" HDPE DR 17 water main from the RO Plant to the Source, and within the Simms Circle Area and Salt Pan Vista to School sections in Death Valley National Park. The plans, designed by L. Ottey and reviewed by M. Whelehon, with a date of 1.17.2025, cover stationing from CW 350+00 to CW 396+36 and CW 410+00 to CW 515+00. They detail the horizontal and vertical alignment of the water main, including curves, bends, and crossings with existing water mains, sewer services, and underground power lines. Key installations include air release valves, 8" gate valves, pressure reducing valves, blowoff valves, and numerous 1" water service connections. The project also notes disturbance limits (typically 20' or 50'), approximate existing ground surfaces, and sensitive areas, with a specific note about avoiding work between March and October for bighorn sheep lambing season in certain sections. Minimum cover for the water main is specified at 2.50' to 3.00' with actual covers ranging from 2.65' to 4.18'. Horizontal directional drilling (HDD) is planned for a segment beneath an existing historic wall, emphasizing protection of the wall. The drawings include key maps and scales in feet for both plan and profile views.
    The government file details the "Cow Creek Wastewater Plan & Profile: Main LS Force Main" project within Death Valley National Park. The project focuses on the installation of an 8" HDPE DR 11 sewer force main, including multiple cleanouts at various stations (e.g., CS 251+00.17, CS 257+01.06, CS 263+01.04, CS 269+01.00, CS 275+01.00, CS 281+01.00, CS 287+01.00, CS 293+01.00, CS 299+01.00, CS 305+01.00, CS 311+01.00, CS 317+01.00, CS 323+01.00). The plans include detailed profiles showing existing ground surface elevations and the proposed force main invert elevations, ensuring a minimum cover of 3.00 feet, with actual covers ranging from 3.33 feet to 4.94 feet. The project also addresses the protection of existing fiber optic lines, with specific crossing points noted. Additionally, a lift station wet well and overflow tank are indicated as part of the system. The project encompasses stations from CS 250+00 to CS 325+00, with an identified "Sensitive Area" and associated disturbance limits.
    This government file details upgrades for the Furnace Creek RO Plant in Death Valley National Park. The project involves extensive architectural, structural, mechanical, and process system renovations. Key aspects include replacing existing louvers and doors, upgrading roof insulation, and installing a new sodium hypochlorite generation skid. The electrical network will be enhanced with new PLCs and radios for improved communication and control across various well sites and the RO building. The plan also specifies demolition of existing chemical storage tanks and piping. All new work will adhere to current building, fire, electrical, and energy conservation codes, with a focus on creating a fully enclosed and sealed facility while maintaining operational continuity. The structural components, including existing walls and foundations, will be retained and reinforced as needed.
    This government file, "General Decision Number: CA20250020," effective September 26, 2025, outlines prevailing wage rates for various construction projects in Inyo, Kern, and Mono Counties, California. It covers Building, Heavy, and Highway Construction, including dredging but excluding hopper dredge work and water well drilling. The document emphasizes compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contracts. Specifically, contracts entered into on or after January 30, 2022, or renewed/extended after this date, require a minimum of $17.75 per hour in 2025, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour in 2025. The document provides detailed wage and fringe benefit rates for numerous classifications, such as Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers, Ironworkers, and Laborers, including specialized rates for tunnel work and military bases. It also defines specific geographical zones that trigger additional hourly pay for power equipment operators and other trades.
    This government file, RFP No. 140P2025R0082 (DEVA 318717), titled "Attachment 4 - Detailed Contract Price Schedule Worksheet," outlines a comprehensive infrastructure project with base and optional contract line items (CLINs) related to water and wastewater systems at Furnace Creek and Cow Creek, along with other drainage and road infrastructure. The document details specific tasks such as the construction of RO buildings, pipe vaults, lagoon and headworks, sitework, demolition, and the installation of various water and wastewater piping systems (e.g., in trenches, directional drilling, CIPP). Key areas include Furnace Creek, Cow Creek, Coyote Loop, Texas Springs, and Old Ghost Road. While the document lists quantities in "Lump Sum" or "LF" (Linear Feet) and "Each," all unit and extended prices are currently listed as $0.00, indicating that this is a template for pricing rather than a filled-out proposal.
    The Small Business Subcontracting Plan is a mandatory document for large business offerors proposing construction projects exceeding $1,500,000 to the National Park Service (NPS). It outlines the prime contractor's commitment to utilizing small businesses (SB), small disadvantaged businesses (SDB), HUBZone, ISBEE, service-disabled veteran-owned small businesses (SDVOSB), and women-owned small businesses (WOSB) as subcontractors. The plan details specific subcontracting goals, methods for identifying and ensuring equitable opportunities for potential subcontractors, and the responsibilities of a Subcontracting Program Administrator. It also mandates the inclusion of relevant Federal Acquisition Regulations (FAR) clauses in subcontracts, reporting requirements via the Electronic Subcontracting Reporting System (eSRS), and recordkeeping procedures. The document emphasizes good faith efforts to meet subcontracting goals, timely payments to small business subcontractors, and transparency in subcontractor relations. The plan requires approval from the Contracting Officer, NPS Small Business Specialists, and the SBA Procurement Center Representative.
    The Project Experience Questionnaire (Solicitation: 140P2025R0082 – DEVA 318717) is a government document designed to gather detailed information on an offeror's past project experience. It requires offerors to provide specifics on projects relevant to the solicitation's evaluation criteria, including project title, location, description, and owner. A key component is the listing of all contractors involved, detailing their roles, trades, original and final prices, and performance periods. The questionnaire then poses seven in-depth questions covering project work performed, relevance to solicitation elements, reasons for price and schedule changes, problem resolution, successful means and methods, and any additional pertinent information. This document is crucial for evaluating a contractor's capability and experience for federal government RFPs, grants, or state/local RFPs.
    The Past Performance Questionnaire (Solicitation: 140P2025R0082 – DEVA 318717) is a government form used to evaluate contractor performance for federal RFPs. It requires offerors to provide company and contract details, including project title, contract number, type, price, dates, and a brief description of work. A reference then completes sections evaluating the contractor across various areas: Quality, Schedule (& Time Management), Cost Control, Management, Small Business Subcontracting (& Labor Standards), and Regulatory Compliance. Each area includes specific sub-criteria and an overall rating (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with space for comments. The reference also provides an overall recommendation. This questionnaire is deemed Source Selection Sensitive and cannot be used by contractors for advertising or endorsement. The completed form is due by December 17, 2025, to the National Park Service – Denver Service Center.
    The document, Solicitation: 140P2025R0082 – DEVA 318717, is a form for offerors to provide general references to the Government. It requires detailed information for various entities including surety companies, corporate banks (two entries), insurance companies, subcontractors (three entries), and material suppliers (three entries). For each reference, the offeror must provide names, addresses, agent names, telephone numbers, and specific details such as types of accounts, policies, or specialized work areas/materials. The form emphasizes the importance of disclosing any less-than-satisfactory relationships with references and describing corrective actions taken or planned. Failure to be candid may lead to an unfavorable assessment of the offeror’s past performance.
    The National Park Service (NPS) – Denver Service Center (DSC) has issued Solicitation No. 140P2025R0082 for the DEVA 318717 project to rehabilitate, replace, and upgrade the deteriorating water and wastewater treatment systems at Furnace Creek and Cow Creek in Death Valley National Park. The project addresses frequent service interruptions, ensuring potable water availability and mitigating health, safety, and environmental risks. The scope includes replacing wastewater laterals, correcting force and gravity sewer mains, repairing manholes and pump stations, and upgrading lagoons. Water system work involves developing a new well, reconstructing a reverse osmosis building, upgrading control systems and air quality monitoring, and installing generators and security fences at Cow Creek. At Furnace Creek, work includes rehabilitating reservoir access, constructing a chlorination building, and replacing well pumps. The solicitation details pricing, inspection, performance, and contract administration requirements, including a 915-calendar day completion target with liquidated damages for delays. Special clauses cover options for additional services and IPv6 compliance. This comprehensive RFP aims to modernize critical infrastructure for visitors, staff, and residents.
    This document is a Brand-Name Justification and Approval (J&A) for a portion of the DEVA 318717 project at Death Valley National Park, California. The project involves rehabilitating the Furnace Creek and Cow Creek water and wastewater treatment systems. The justification is for the sole-source acquisition of Siemens SIMATIC WinCC Supervisory Control and Data Acquisition (SCADA) system software, as it is required to match the park's existing software for seamless integration and functionality. This approach leverages existing screens, reduces development costs, minimizes operator training, and maintains a standardized operational environment. The estimated value of the brand-name license is less than $$$$$$. The statutory authority cited is FAR 6.302-1,
    The Request for Proposal (RFP) No.140P2025R0082, Amendment 0001, addresses construction administration for rehabilitating water and wastewater systems at Death Valley National Park. It outlines regulations for establishing and operating a construction camp at the Salt Pan Vista RV park, allowing up to 50 occupants across 9 sites. Key provisions cover camp construction, parking, specialty facilities, and a mandatory annual lease with the Death Valley National Park Housing Program at a cost of approximately $31,000 per year, covering water, sewer, and trash. The RFP specifies utility limitations, year-round occupancy rules with strict summer cooling requirements, and permitted/prohibited camp improvements. It also details administrative requirements, resident conduct, pet policies, and restrictions on fuel storage and government facilities. Contractors are responsible for all camp maintenance and must adhere to Dark Sky preservation guidelines.
    The Housing Management Plan for Death Valley National Park outlines tenant responsibilities and expectations for occupying park housing. It details operating procedures, including rent payment, utility responsibilities, and maintenance. Tenants are responsible for routine housekeeping and minor repairs, while Facility Management handles major repairs and emergencies. The plan also covers check-in/check-out processes, emphasizing inspections and potential charges for damages or unsatisfactory cleaning. Park policies address guests, smoking (prohibited in shared units), and a comprehensive pet policy for permanent employees (seasonal employees generally cannot have pets unless in RVs). Home businesses require Superintendent approval and must align with NPS mission. Specific provisions for historic residences emphasize preservation and adherence to historic district guidelines. Cleanliness standards are provided for all units, along with guidelines for appliances and exterior care.
    RFP 140 addresses questions regarding the rehabilitation of Furnace Creek and Cow Creek Areas Water & Wastewater Treatment System. The government clarified that Section 26 32 15 Engine Generator - LP is the 12-page specification for liquid propane generators. For waterproofing, Section 03 31 30 is intended only for the Lift Station Wet Well, which will also have a corrosion protection coating as per Section 33 31 05 - Section 2.2 for Manhole Lining. Regarding the Small Business Participation requirement, the government confirmed that there is no pre-printed form. Instead, offerors must submit documentation, limited to 8 pages and formatted as they see fit, addressing specific criteria outlined in Section M. This documentation should detail the extent of small business involvement, commitment, types of work, participation value, supporting explanations, and compliance with FAR clauses 52.219-8 and 52.219-9. The pre-printed form for the Small Business Subcontracting Plan is located under Section J, Attachment #5. All clarifications were issued via Amendment 0004 on October 31, 2025.
    RFP No. 140P2025R0082, an addendum for the rehabilitation of water and wastewater treatment systems at Death Valley National Park, details the requirements for a Contracting Officer's Field Office. This office must be a separate, structurally sound, nonflammable, weather-tight unit of at least 80 square feet. It needs operable windows with security screens, adjustable ventilation, air conditioning, heating, and finished interior walls and floors. The office also requires at least one exterior door with a deadbolt, a 20-square-foot landing, broadband access, and a phone connection. It must be located near the Construction Contractor's Field Office, Admin Camp, and restroom facilities.
    The DEVA 318717 Pre-Proposal Site Visit agenda outlines a full-day tour on November 5, 2025, for the rehabilitation of water and wastewater systems at Furnace Creek and Cow Creek Areas in Death Valley National Park. The visit, led by the NPS DSC Team and DEVA representatives, will commence at the Furnace Creek Visitor Center. The agenda details a comprehensive schedule, including site visits to critical locations such as Furnace Creek Lagoons, Campground, RO Plant, RV Dump Station, Texas Springs Campground, Nevares Springs Water Supply, Cow Creek RO Plant, Cow Creek Housing and Coyote Loop, Pool Filtration Building, and Cow Creek Lift Station. The tour will focus on proposed infrastructure improvements, including water and sanitary sewer main locations, electrical services, headworks screening, cell/pond improvements, pump station removal, RO plant upgrades, tank appurtenances, site grading, and erosion control measures. Critical connection points, staging areas, and specific equipment installations will also be examined throughout the various sites. The site visit aims to provide potential contractors with a thorough understanding of the project's scope and requirements.
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of water and wastewater systems at Furnace Creek and Cow Creek within Death Valley National Park (DEVA). This pre-proposal site visit document outlines a Design-Bid-Build project with a magnitude exceeding $10 million, seeking a single Firm-Fixed-Priced Contract. The procurement method is an Unrestricted - Full & Open, Negotiated Acquisition, with selection based on Best Value/Trade-Off. Offers are due by January 14, 2026, with an expected award in Q3 FY 2026. The project involves major rehabilitation and replacement of water and sewer infrastructure, including Reverse Osmosis WTPs, watermains, sewer mains, and lift stations, with optional scopes for additional services. Interested parties are encouraged to visit the site, engage with stakeholders, and submit written questions by November 30, 2025. The solicitation emphasizes "Made in America" considerations and requires a Small Business Subcontracting Plan.
    Amendment 0001 to Solicitation No. 140P2025R0082, issued by NPS, DSC Contracting Services Div in Denver, CO, modifies the original solicitation dated 09/30/2025. This amendment, issued on 10/01/2025, primarily serves two purposes: to transmit the Brand Name Justification and Approval (J&A) document for a portion of the acquisition that was not initially posted, and to provide answers to questions regarding the Construction Admin Camp. The amendment specifies that the hour and date for receipt of offers are not extended. It also advises that details for a Pre-Proposal Site Visit will be announced via a future amendment, and sets deadlines for questions (11/30/2025) and proposals (12/30/2025). All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0002 for Solicitation No. 140P2025R0082, issued by NPS, DSC Contracting Services Div, modifies the original RFP. Key changes include extending the proposal due date to January 14, 2026, at 12:00 pm Mountain Time, and correcting the Government Offer Acceptance Period to 90 calendar days. It also provides additional information on Tenant Expectations for the Construction Admin Camp and clarifies that "or equal" items in drawings and specifications will be evaluated post-award for compliance with Buy American requirements. Questions related to the amendment are due by November 30, 2025. Details regarding a Pre-Proposal Site Visit will be issued in a future amendment. All other terms and conditions of the solicitation remain unchanged.
    Amendment 0003 to Solicitation 140P2025R0082 announces a mandatory Pre-Proposal Site Visit for November 5th, 2025, at 10:00 am PT, starting at the Furnace Creek Visitor Center Theater in Death Valley, CA. This visit will cover various project sites, including Lagoons, RO Plants, and Water/Wastewater Treatment Facilities. Participants must RSVP via email to the Contracting Officer (amber_hughes@nps.com) and Contract Specialist (abigial_villareal@nps.gov) by November 3rd, 2025, providing firm details, area of interest, and attendee information. Attendees are advised to bring their own food and drinks. All other terms and conditions remain unchanged. Questions are due by November 30th, 2025, and proposals by January 14th, 2026.
    Amendment 0004 to Solicitation 140P2025R0082, issued on October 31, 2025, details significant updates for a construction project (DEVA 318717). This amendment mandates the provision of a separate Contracting Officer's Field Office, distinct from other contractor facilities, as an addendum to Specification Section 01 50 00. It also includes responses to project-related questions. A Pre-Proposal Site Visit is scheduled for November 5, 2025, at the Furnace Creek Visitor Center Theater in Death Valley, CA, requiring RSVPs by November 3, 2025. Questions for the solicitation are due by November 30, 2025, and proposals must be submitted by January 14, 2026. This amendment, like others before it, keeps the original terms and conditions in full effect, clarifying key dates and requirements for interested parties.
    Amendment 0005 to Solicitation No. 140P2025R0082, issued on November 7, 2025, provides essential documents from a site visit held on November 5, 2025. These attachments include the Sign-In Sheet, Schedule Agenda, and Presentation Slides, identified as B09_Amd5_PreProposal SignInSheet_DEVA 318717.pdf, B09_Amd5_PreProposal Agenda_DEVA 318717.pdf, and B09_Amd5_PreProposal Presentation_DEVA 318717.pdf, respectively. This amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. Key dates for this RFP include a question deadline of November 30, 2025, and a proposal submission deadline of January 14, 2026. Previous amendments (Amd1, Amd2, Amd3, Amd4) are also noted with their respective issue dates and extension statuses. Points of contact for the NPS DSC Contracting Team are Amber Hughes (Contracting Officer) and Abigail Villareal (Contract Specialist).
    This document is a Request for Proposal (RFP) (Solicitation Number 140P2025R0082) issued by the National Park Service (NPS), DSC Contracting Services Division, for the "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems" project at Death Valley National Park, California. The acquisition is an Unrestricted Full and Open Competition under FAR Parts 15 and 36, with a construction magnitude exceeding $10 million. The project requires performance to begin within 10 calendar days and be completed within 915 calendar days of receiving notice to proceed, with a mandatory performance period of 1200 calendar days. Offerors must furnish performance and payment bonds and are required to submit proposals by December 30, 2025. The solicitation emphasizes adherence to specific requirements for proposal submittals, questions, and amendment acknowledgements, as detailed in Section L. All terms and conditions in Sections B through J, including attachments, apply to this solicitation and the subsequent contract award.
    Lifecycle
    Similar Opportunities
    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.
    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.
    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--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--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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    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--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    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.