CRLA 245275 - Intelligent Transportation System
ID: 140P2025R0017Type: Solicitation
AwardedJun 30, 2025
$436K$435,955
AwardeeJRT CONSTRUCTION LLC 225 DRIVER VALLEY RD Oakland OR 97462 USA
Award #:140P2025C0005
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for the installation of an Intelligent Transportation System (ITS) at Crater Lake National Park in Oregon. The project involves the installation of solar-powered, radar-activated roadway signs, portable changeable message signs, and web cameras to enhance visitor safety and improve traffic management within the park. This initiative is crucial for reducing accidents and ensuring efficient visitor access, reflecting the National Park Service's commitment to operational excellence and safety. Interested small businesses must submit their sealed bids by April 23, 2025, with a project completion timeline of 120 days post-award; for further inquiries, contact Brenda Smith at brenda_smith@nps.gov or 720-315-2035.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) has issued a Sources Sought Notice (SSN) to gauge interest from businesses in a potential competitive acquisition related to an Intelligent Transportation System project at Crater Lake National Park, Oregon. This notice aims to gather information from both large and small businesses to inform the NPS's acquisition strategy, and no proposals are currently being accepted. The anticipated project has a budget ranging from $250,000 to $500,000, with an expected duration of 120 days, including provisions for adverse weather conditions. Key project components include installing solar-powered roadway signs, constructing a turnout for a portable sign, and installing web cameras and a static sign for wait times. The document outlines requirements for business submissions, including company information, bonding capacity, and relevant experience. The response deadline is set for November 14, 2024, and the expected RFP issuance is in winter 2024. The SSN underscores the government's efforts to evaluate market capabilities while fostering small business participation in federal projects.
    The document outlines a Sources Sought Notice for the CRLA 245275 project, focusing on gathering information from contractors regarding their qualifications for potential federal construction contracts. It solicits details on prime and subcontracting experience, bonding capacity, compliance readiness for Division 1 submissions, and expertise in installing outdoor cameras and working in park lands. Firms are also questioned about their preparedness for construction warranty clauses and the percentage of work they plan to self-perform. Additionally, it gauges their commitment to submit proposals when a construction solicitation is posted, with factors influencing that commitment identified. The stipulated submission deadline is noon Mountain Time on November 14, 2024, with submission directed to designated National Park Service contacts. This solicitation seeks to ensure that qualified contractors are lined up for upcoming work, reflecting federal priorities in public infrastructure projects.
    The National Park Service (NPS) issued a Sources Sought Notice to solicit information from interested businesses for an upcoming project at Crater Lake National Park, focusing on the installation of Intelligent Transportation Systems. This SSN aims to gather knowledge regarding potential bidders' qualifications to inform their acquisition strategy. The NPS is considering both large and small businesses due to the nature of the project, with an estimated construction magnitude between $250,000 and $500,000. Key project components include installing solar-powered traffic signs, constructing a turnout for portable messaging, and installing web cameras. Respondents are required to submit company details, bonding capacity, and evidence of experience with similar projects by November 14, 2024. The Park remains open during construction, necessitating careful planning to minimize visitor disruption. The anticipated request for proposals will be issued in winter 2024. This initiative underscores the government’s efforts to engage a diverse range of contractors while ensuring project specifications resonate with market capabilities.
    The Crater Lake National Park solicits proposals for the Intelligent Transportation System project under Solicitation 140P2025R0017. Key inquiries addressed include the acceptability of precast concrete foundations versus traditional cast-in-place options, necessary due to challenging weather and time constraints in the area. Precast foundations are permissible if anchor bolts are integrated during fabrication, adhering to specific alignment with pole manufacturer requirements. Additionally, a request for a two-week extension on the bid deadline was granted, moving the submission date to April 23, 2025, at 4:00 PM MDT. Overall, the document outlines essential guidelines for bidders regarding foundation specifications and submission timing, ensuring a clear framework for the project under federal RFP standards.
    The solicitation document 140P2025R0017 outlines an RFP for implementing an Intelligent Transportation System (ITS) at Crater Lake National Park in Oregon. The project aims to enhance visitor safety by reducing accidents through various installations, including solar-powered roadway signs, portable changeable message signs, and pole-mounted web cameras. The contractor is required to adhere to specific performance timelines, completing all work within 120 calendar days post-notice to proceed. The document specifies detailed bidding instructions, inspection protocols, and contract administration requirements, emphasizing the importance of key personnel and limitations on subcontracting. Compliance with federal standards, such as equal opportunity and payment systems, is mandatory. This solicitation reflects the federal government's commitment to improving park safety and efficient operations while adhering to public accountability and service standards.
    The CRLA 245275 Intelligent Transportation System solicitation (140P2025R0017) outlines requirements and clarifications for the procurement of an intelligent transportation project. Key specifications include the provision of multi-mode fiber optic cables, a CCTV system compatible with various camera models, and responsibilities regarding the installation of camera poles, which must be supplied by the contractor. The National Park Service (NPS) will separately purchase two Portable Changeable Message Signs (PCMS), despite conflicting specifications in the solicitation. The contractor is responsible for confirming installation details and ensuring that camera views and power specifications adhere to design requirements. The solicitation also confirms that it is a total small business set-aside, with guidelines concerning past performance submissions. The document aims to ensure clarity and transparency in the procurement process, allowing for effective participation and compliance from potential bidders.
    The document outlines the Request for Proposal (RFP) for the "CRLA 245275 Intelligent Transportation System," aimed at implementing safety measures at Crater Lake National Park, Oregon. Key components of the project include installing solar-powered roadway signs, portable changeable message signs, and web cameras to enhance visitor safety. The proposal requires contractors to follow specific guidelines, including adhering to deadlines, maintaining quality control, and submitting detailed pricing information. It emphasizes the importance of contractor performance assessment, compliance with federation contracting clauses, including small business involvement, and proper invoicing procedures via an electronic platform. Special requirements address key personnel assignments and limitations on subcontracting to ensure substantial contractor participation. The document serves as a governance framework for contractors, facilitating efficient project execution while ensuring adherence to safety, accountability, and performance standards essential for federally funded projects.
    The National Park Service (NPS) is preparing to issue a pre-solicitation notice for a project titled "Intelligent Transportation System" located at Crater Lake National Park in Oregon. The project focuses on installing solar-powered radar-activated roadway signs, portable changeable message signs, constructing a turnout, striping a location along the scenic byway, and installing web cameras and static signs. This initiative is set aside for small businesses, including Small Disadvantaged Business and HUBZone firms, which must be registered and certified as required by federal regulations. The estimated contract price ranges between $250,000 and $500,000 with a performance period of approximately 120 days. The solicitation will be available electronically, and firms interested in this opportunity must monitor the System for Award Management (SAM) website for further updates. A site visit is planned, and prospective offerors are encouraged to plan for subcontracting needs through local Small Business Administration offices. This project underscores the NPS's commitment to enhancing safety and communication in national parks through technological improvements.
    The Crater Lake National Park's Intelligent Transportation System project aims to enhance visitor safety by installing solar-powered, radar-activated roadway signs, including icy road warning signs and queue warning signs at critical locations. The project also involves providing portable changeable message signs and installing web cameras to monitor conditions. It is part of a single prime contract that requires coordination with other contractors to ensure smooth operations and minimize disruptions to public access. Key requirements outlined include adherence to safety standards, minimizing environmental impact, and maintaining accessibility for park operations. The contractor must utilize designated areas for material storage and adhere to specified work hours and public use restrictions. Comprehensive project management practices, including a detailed construction schedule and communication protocols, are critical for successful project execution. Overall, this initiative reflects the National Park Service's commitment to improving visitor safety and operational efficiency within Crater Lake National Park.
    The document outlines a project focused on implementing Intelligent Transportation Systems (ITS) in Crater Lake National Park, managed by the National Park Service under the purview of the Department of the Interior. It includes detailed construction documents and plans, specifying various aspects like traffic sign details, PCMS (Portable Changeable Message Signs) turnout locations, and CCTV camera installations along significant park roads. Key elements consist of structural notes, design codes, and detailed implementation guidelines for signage and traffic management, ensuring compliance with federal standards. It incorporates geographical coordinates for precise locations, along with detailed scales for maps and drawings. The purpose of this initiative is to enhance visitor experience and safety within the park by improving traffic flow and managing queuing times effectively. The document serves as an essential reference for contractors and project managers involved in the execution of the system, highlighting the government’s commitment to upgrading infrastructure while ensuring environmental and safety considerations are met.
    The document outlines the Contract Price Schedule for the Crater Lake Intelligent Transportation System as part of a solicitation by the National Park Service (NPS), specifically the Denver Service Center (DSC). The solicitation number is 140P2025R0017, and it requires bidders to provide pricing for all line items, including total prices for lump-sum items and unit prices for unit-priced items. The file specifies that any calculation errors will be resolved in favor of the unit price over total price, and all proposed amounts must be rounded to whole dollars. Essentially, the document sets guidelines for contractors to ensure their proposals conform to specified requirements for providing transportation system improvements at Crater Lake. This project emphasizes compliance with contract document stipulations and seeks to develop a functional transportation system within the national park, enhancing visitor access and experience.
    The document appears to be a corrupted or unreadable file, making it impossible to extract coherent content, topics, or ideas relevant to government RFPs, federal grants, or state/local projects. The visible structures suggest that it may have been intended to convey complex information, potentially related to project outlines or funding announcements. However, due to its damaged state, no discernible main topic, key points, or structured argument can be identified. To accurately summarize and analyze the intent behind such a document, it would be necessary to obtain a legible version that maintains the original content integrity. Therefore, the current state of the document fails to provide actionable insights or information pertinent to government analysis.
    The document outlines the participation requirements and invoicing status for a government contract involving a prime contractor designated as a small business. It specifies the limitations on subcontracting for general construction projects, allowing up to 85% of the contract amount to be subcontracted to non-similarly situated subcontractors (NSS). Currently, all amounts paid reflect $0 invoiced by both the prime contractor and subcontractors. The form requires reporting of participation levels of similarly situated subcontractors (SSS) and seeks acknowledgment of corrective actions if participation percentages do not comply with federal guidelines. Additionally, it emphasizes that corrective actions are necessary if the NSS percentage exceeds the stipulated limits. The document serves as a compliance report for federally mandated guidelines associated with small business participation in government contracts, ensuring proper allocation of subcontracting work and adherence to set-aside requirements within the framework of federal grants and RFPs. Clarity in invoicing and compliance helps the government maintain accountability and support small business participation in federal contracting opportunities.
    The Project Experience Questionnaire, part of the solicitation 140P2025R0017, focuses on gathering detailed project experience from offerors applying for federal projects. It requests information on referenced projects, including titles, locations, descriptions, and owner contacts. Offerors must identify contractors involved, detailing their roles, trades, and pricing. The questionnaire includes a series of questions aimed at assessing past project work related to the solicitation elements. Key areas of inquiry include a description of the work performed, alignment with solicitation criteria, reasons for price and schedule changes, and resolution of encountered issues. Additionally, offerors must discuss successful methodologies used and any relevant supplementary information. This structured approach helps evaluators assess the capabilities and experience of bidders to ensure project success and compliance with federal standards.
    The Past Performance Questionnaire for Solicitation No. 140P2025R0017 serves as a tool for evaluating contractor performance on prior projects submitted under federal government request for proposals (RFPs). This questionnaire requires the offeror to provide essential information about their company and past projects, including project title, contract type, awarded prices, and completion dates. References submitted by clients will evaluate contractor performance across various criteria, including quality, schedule management, cost control, management capabilities, small business subcontracting, and regulatory compliance, rated on a scale from "Exceptional" to "Unsatisfactory." The contracting officers will use this information strictly for source selection purposes, ensuring it remains confidential and not for promotional use by the contractors. Ultimately, the document aims to assess the contractor's ability to fulfill the requirements of future contracts, with completed evaluations due by March 17, 2025. The National Park Service oversees this process, emphasizing thorough performance evaluation to maintain high standards in service delivery.
    The memorandum outlines a bank's response to the National Park Service's Request for Information regarding Solicitation 140P2025R0017, focused on an Intelligent Transportation System. It provides essential financial details about a specific company that has maintained a banking relationship since a specified date, including the number and type of accounts, average account balances, and the status of credit lines. The document emphasizes the company's financial health by reporting average balances, available lines of credit, and any overdraft occurrences, along with general financial standing as rated by the Risk Management Association. For further inquiries, it directs contacts to the designated individuals within the National Park Service. This communication is integral to evaluating the financial viability of potential vendors for government projects, aligning with government procurement processes involving federal RFPs and grants.
    The document outlines an amendment to a solicitation identified as 140P2025R0017. The primary purpose of this amendment is to extend the proposal submission deadline to April 9, 2025, at 4:00 PM MDT. Additionally, it updates certain clauses and provisions in the solicitation according to CAAC Letter 2025-01, specifically removing clauses 52.222-9, 52.222-21, 52.222-23, and 52.222-26. Importantly, all other terms and conditions of the solicitation remain unchanged. The document provides instructions for acknowledging receipt of the amendment and specifies that failure to do so may result in the rejection of offers. This amendment also serves to clarify that the contractor is not required to sign the document unless specified. The overall purpose is to ensure that potential bidders are aware of and adhere to the revised timeline and updated clauses, reflecting the government's commitment to transparent and accessible procurement processes for federal grants and contracts.
    The document is an amendment to solicitation number 140P2025R0017, modifying proposal submission details. The primary purpose is to extend the proposal due date to April 23, 2025, at 4:00 PM MDT. Additionally, it includes changes to certain clauses by removing them from specified sections and adds a page of Requests for Information (RFIs) dated April 1, 2025, with more RFIs to follow. The amendment emphasizes the necessity for contractors to acknowledge receipt prior to the specified deadline to ensure their proposal is considered. The overall terms and conditions of the original solicitation remain unchanged. This modification reflects ongoing communication and updates essential for submitting requests for proposals (RFPs) within federal or local government projects, ensuring all participants are informed of the current requirements and deadlines.
    The document is an amendment to a federal solicitation identified as 140P2025R0017. This amendment outlines essential modifications and updates to the contract, including the inclusion of various clauses related to the solicitation, and the addition of a Request for Information (RFI) dated April 14, 2025. Key changes involve integrating sections related to labor and safety requirements, as well as conditions regarding environmental standards for contractors. Offerors are required to acknowledge receipt of this amendment through specified methods, or risk their offers being rejected. Other terms and conditions of the solicitation remain unchanged, ensuring ongoing compliance with federal regulations. This amendment serves to clarify project specifications and ensure all participating contractors are informed of the modifications before the submission deadline, underscoring the importance of strict adherence to protocol within federal contracting processes.
    The document outlines a Request for Proposal (RFP) for the construction of the Intelligent Transportation System (ITS) at Crater Lake National Park, Oregon, with solicitation number 140P2025R0017. It is a total small business set-aside project under NAICS code 237310, with an expected construction magnitude between $250,000 and $500,000. The work involves installing roadway signs, portable changeable message signs, a new turnout for signage, and other safety features aimed at reducing visitor accidents. Offerors are required to submit sealed bids within 10 calendar days after the award notice, with project completion expected within 120 days. The contractor must provide any necessary performance and payment bonds. The document also includes essential clauses regarding inspection, performance, subcontracting limitations, and payment processes. It emphasizes compliance with federal regulations and debtor provisions, including obligations related to employee whistleblower rights and the prohibition of certain telecommunications and surveillance technologies. The RFP aims to improve visitor safety while adhering to federal guidelines and supporting small business participation in the procurement process.
    Similar Opportunities
    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.
    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.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    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--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    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.
    VA NP BLRI 1K1 - Blue Ridge Parkway
    Transportation, Department Of
    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.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.