Y--NERI 227183 Rend Trail Project
ID: 140P2025R0089Type: Sources Sought
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)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the NERI 227183 Rend Trail Project at New River Gorge National Park in West Virginia. This project entails the rehabilitation of five bridges, replacement of nine timber cribbing walls, and improvements to trail surfaces and drainage systems, with a total construction magnitude exceeding $10 million. The procurement is set aside for small businesses, emphasizing the importance of enhancing park infrastructure for visitor safety and accessibility. Proposals are due by November 18, 2025, at 11:00 AM MT, and interested contractors should contact Rachel Dyer at rachel_dyer@nps.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) has issued a Sources Sought Notice (SSN) regarding the Rend Trail Project at New River Gorge National Park and Preserve in West Virginia. The SSN aims to gather information on interested businesses for market research, which will influence the acquisition strategy, including the potential for small business set-asides. The project entails significant rehabilitation work, including the repair of five bridges, the replacement of nine timber cribbing walls, and enhancements at two trailheads. The estimated construction cost exceeds $10 million, and all work will be executed under a single prime contract. The NPS plans to issue a competitive Request for Proposals (RFP) around Summer 2025, with a focus on minimizing visitor impact during construction. Interested contractors are asked to submit responses via a questionnaire by July 14, 2025, with no costs reimbursed to participants. The NAICS code for this project is 237310, relating to highway, street, and bridge construction. The document emphasizes the importance of understanding the interest level within the business community as it pertains to the project.
    The United States Department of the Interior, National Park Service, is seeking input through a Sources Sought Notice (SSN) to gauge contractor interest for a forthcoming project in West Virginia. The SSN includes a survey aimed at determining the capabilities and qualifications of potential contractors, particularly those considering bidding on construction contracts related to the rehabilitation of infrastructure, such as bridges and masonry restorations. Contractors are requested to provide company information, experience with federal projects, compliance capabilities with local regulations, bonding capacity, and any prior experience with the National Park Service. Additionally, the survey inquires about the contractor's small business certifications and the anticipated percentage of work they would self-perform. The importance of this survey lies in assisting in market research and the potential establishment of small business set-asides for the forthcoming Request for Proposal (RFP), anticipated for release around August or September 2025. The responses will influence the selection of the final solicitation method, ensuring appropriate engagement with qualified businesses before the project's expected completion in December 2026.
    The National Park Service (NPS) Denver Service Center (DSC) has issued Solicitation No. 140P2025R0089 for the NERI 227183 Rend Trail Project at New River Gorge National Park. This Request for Proposal (RFP) requires offerors to submit a Firm-Fixed-Price (FFP) offer for the rehabilitation of trails and bridges, including a detailed Contract Price Schedule. The schedule outlines various line items for base work such as bridges, retaining walls, culverts, trail surface, ditches, and trailheads. Additionally, it includes options for structural concrete repair, masonry joint work, rivet replacement, decking materials, a double precast restroom, and a security camera. Offerors must provide unit and total prices for each item, with specific instructions for lump-sum and unit-priced items. The total proposed price will encompass both base and option line items.
    The document outlines the "REHABILITATE REND TRAIL AND BRIDGES" project (NERI 227183A) for New River Gorge National Park and Preserve. The project involves rehabilitating five existing bridges, replacing nine timber cribbing walls with mechanically stabilized earth walls, developing an overlook at Bridge 2, replacing the Big Rock stair system, and improving drainage and trail surfaces. Additionally, it includes establishing a formal trailhead at Minden with amenities and rehabilitating the Newlyn Trailhead. The file details general requirements, contract modification procedures, and defines contract line items for various aspects of the work, emphasizing coordination, scheduling, and adherence to environmental and safety regulations. The project will be managed under a single prime contract, with strict guidelines for site use, public access, work hours, and communication through NPS project management software.
    The New River Gorge National Park project involves extensive civil engineering works, including existing conditions mapping, plan sheets, conceptual sediment control, and detailed designs for five bridges, various wall replacements, and trailhead developments. Key aspects include a comprehensive sheet index, general construction notes emphasizing contractor verification of existing conditions, adherence to regulatory authorizations, protection of existing infrastructure, and compliance with geotechnical reports. The project also details specific bridge repairs, wall designs for the Big Rock Ramp, and trailhead plans for Minden and Newlyn. Detailed existing conditions drawings span 16 sheets, covering topographic surveys, utility mapping, and geological features, providing a thorough baseline for all construction activities.
    The "General References" form is designed for offerors to provide essential contact information for various entities relevant to their business operations, specifically for government RFPs, federal grants, and state/local RFPs. This includes details for their surety, corporate banks, insurance company, subcontractors, and material suppliers. Offerors must provide names, addresses, agent/contact names, and telephone numbers with area codes. A critical requirement is the disclosure of any less-than-satisfactory relationships with these references, along with explanations and descriptions of corrective actions taken or planned. Failure to be candid in this regard may lead to an unfavorable assessment of the offeror's past performance. The form emphasizes legibility and the provision of additional explanations on separate sheets if needed, ensuring transparency and thoroughness in the offeror's submission.
    This government file outlines the 'Report on Limitations on Subcontracting' for federal contracts, particularly for small business and socio-economic set-aside service contracts exceeding $150,000. It details requirements for prime contractors to track and report the percentage of work subcontracted to both Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS). The document specifies maximum subcontracting limits to NSS based on the type of service: 50% for general services, 85% for general construction, and 75% for construction by special trade contractors. It also includes a template for reporting invoiced amounts, calculating participation percentages, and a requirement for a corrective action plan if the NSS subcontracting percentage exceeds the contractual limits.
    This document, WV20250102, issued on May 30, 2025, sets forth prevailing wage rates for highway construction projects in Fayette County, West Virginia. It outlines minimum wage requirements for federal contracts subject to the Davis-Bacon Act, specifying different rates based on the contract award date (Executive Order 14026 for contracts on or after January 30, 2022, with a minimum of $17.75/hour in 2025, and Executive Order 13658 for contracts between January 1, 2015, and January 29, 2022, with a minimum of $13.30/hour in 2025). The document also provides specific wage rates and fringes for various craft classifications, including Carpenters, Traffic Signalization Groundsmen, various equipment Operators (Crane, Backhoe, Bulldozer, Roller, etc.), Ironworkers, Traffic Control Persons, Laborers (Grade Checker, Laser Screed Operator, Asphalt, Pipelayer, Common/General, Mason Tender), and Cement Masons/Concrete Finishers. It details the process for wage determination appeals and explanations of different rate identifiers (Union, Union Average, Survey, and State Adopted). Additionally, it mentions Executive Order 13706, which mandates paid sick leave for federal contractors.
    The Past Performance Questionnaire (Solicitation No. 140P2025R0089) is a crucial government document for evaluating contractor performance in federal RFPs and grants. It requires offerors to complete their company and past project information, then transmit the questionnaire to a reference. The reference evaluates the contractor across key areas like Quality, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance, providing ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) and detailed comments. This evaluation is critical for source selection, with the information deemed Source Selection Sensitive and not for promotional use. The completed questionnaire is returned to the Contracting Officer, Rachel Dyer, at the National Park Service – Denver Service Center by the proposal due date.
    The document "EXPERIENCE INFORMATION" serves as a standardized form for contractors and their team members to detail their relevant project experience. It is designed for use in government RFPs, federal grants, and state/local RFPs to assess an offeror's qualifications. The form requires comprehensive information about past contracts, including contract/task order/purchase order numbers, dollar values, and project status (active or complete with relevant dates). It also asks for the project title, whether the offeror was a prime or subcontractor, and the project's location. A key component is the request for a detailed project description, specifically highlighting work similar to the current project, and a clear outline of contractor and subcontractor roles and responsibilities. Finally, the form requires contact information for the project owner or customer, including their name, phone, and email, to facilitate verification of the provided experience.
    This government solicitation (140P2025R0089) is a Request for Proposal (RFP) issued by the National Park Service (NPS), Denver Service Center (DSC), for the NERI 227183 Rend Trail Project. The project involves the rehabilitation of five bridges, replacement of nine timber cribbing walls, development of a bridge overlook, replacement of a stair system with a ramp, and installation of drainage improvements and new trail surfaces at New River Gorge National Park and Preserve in Glen Jean, WV. This is a Small Business Set-Aside with a construction magnitude exceeding $10,000,000. Offers are due by November 18, 2025, at 11:00 AM MT. The contractor must commence work within 10 calendar days of receiving a notice to proceed and complete the entire project within 500 calendar days, with liquidated damages of $1,085 per day for delays. Special requirements include electronic invoicing via the Invoice Processing Platform (IPP) and identification of key personnel.
    This document is a Standard Form 1442, a Solicitation, Offer, and Award form for federal government contracts, specifically for construction, alteration, or repair. It functions as an Invitation for Bid (IFB) or Request for Proposal (RFP). Key details include the solicitation number 140P2025R0089, issued on October 15, 2025, by NPS, DSC Contracting Services Div in Denver, CO. The form outlines requirements for offerors, including submission deadlines (November 18, 2025, at 1100 local time), bond requirements, and acceptance periods. It details sections for offeror information, pricing, and acknowledgments of amendments. The award section is completed by the government, indicating accepted items, amounts, and the contracting officer’s details, solidifying the agreement between the contractor and the government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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--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.
    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.
    VA NP BLRI 1K1 - Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is soliciting bids from certified Small Business Concerns for the VA NP BLRI 1K1 project, which involves pavement rehabilitation along a 3-mile segment of the Blue Ridge Parkway in Bedford County, Virginia. The project encompasses full-depth reclamation, drainage improvements, signage installation, and other miscellaneous work, with an estimated total cost ranging from $4,000,000 to $7,000,000. This initiative is crucial for enhancing the infrastructure and safety of the parkway, ensuring compliance with federal and state regulations. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically, with bid documents expected to be available around November 20, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    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.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--Beach Access Upgrades
    Buyer not available
    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.
    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.
    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.