Y--GLCA 210865 Replace Wahweap Government Dock DB

SOL #: 140P2026R0030Solicitation

Overview

Buyer

Interior
National Park Service
DSC CONTRACTING SERVICES DIVISION
Denver, CO, 80225, United States

Place of Performance

Place of performance not available

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Highways, Roads, Streets, Bridges, And Railways (Y1LB)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Mar 19, 2026
3
Submission Deadline
Mar 25, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The National Park Service (NPS), through its Denver Service Center (DSC), is soliciting proposals for the Design-Build (DB) replacement of the Wahweap Government Dock (GLCA 210865) at Glen Canyon National Recreation Area. This project involves replacing a deteriorated 40-year-old dock with a modern system, including utilities and a breakwater. The estimated contract value is between $5,000,000 and $10,000,000. Phase I proposals are due by March 25, 2026, at 1:00 PM ET.

Scope of Work

The project requires comprehensive design and construction services. Key deliverables include:

  • Demolition and removal of the existing dock and wave attenuator.
  • Design and construction of a new, modern dock system, including:
    • Floating access dock, two marina sections (20 slips and 4 slips), and concrete anchor blocks.
    • Two steel storage sheds, fenced areas, and an aluminum entry fence.
    • 12 slimline power pedestals, pole-mounted solar lighting, and NFPA 303 compliant fire protection.
    • A generator system, stainless steel cleats, aluminum ladders, and life rings.
    • A moveable wave attenuator designed to meet specific performance criteria (3 ft incident wave height, 0.5 transmission coefficient).
    • Utility chases and pullboxes.
  • Optional betterments include roof sections, hydrohoists, and a solar power/overhead lighting system.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) Design-Build (DB)
  • Estimated Value: $5,000,000 - $10,000,000 (base plus options)
  • Period of Performance: July 20, 2026, to August 16, 2027. Construction period is 320 calendar days from Notice to Proceed.
  • Set-Aside: Full and Open (F&O)
  • NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) with a $45M size standard.

Submission & Evaluation

This is a two-phase, best-value selection process:

  • Phase I (Qualifications): Proposals will be evaluated on technical approach, technical qualifications, and past performance. Up to five offerors will be short-listed for Phase II. The technical proposal is limited to 40 pages.
  • Phase II: Short-listed offerors will submit proposals evaluated on technical approach, key personnel, schedule, and price.
  • Submission: Proposals must be submitted via email.
  • Deadline: Phase I proposals are due March 25, 2026, at 1:00 PM ET.
  • Eligibility: Firms involved in developing the design or specifications for this solicitation are not eligible for the construction award. Offerors must be registered in SAM.gov.

Important Notes & Amendments

  • Amendments: Offerors must acknowledge all solicitation amendments. The latest amendment (0002) extended the Phase I due date and provided clarifications.
  • Insurance: Prime contractors and subcontractors working on navigable waters must have Longshore and Harbor Workers Compensation Act (LHWCA) insurance.
  • Past Performance: Previously completed NAVFAC/USACE/USCG Past Performance Questionnaires (PPQs) are acceptable in lieu of the NPS-provided form for Factor 3.
  • Bonding: A letter certifying bonding capability of at least $10 Million is required, particularly for joint ventures.
  • Permits: The government will secure Section 404/10 and 401 permits; contractors are responsible for identifying and sourcing all other necessary permits.
  • Site Visit: An organized site visit will not be held; contractors are encouraged to visit the site at their leisure.
  • Contact: Zaira Lupidi at zaira_lupidi@nps.gov.

People

Points of Contact

Lupidi, ZairaPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 19, 2026
Version 2
Solicitation
Posted: Mar 4, 2026
View
Version 1
Solicitation
Posted: Feb 6, 2026
View
Y--GLCA 210865 Replace Wahweap Government Dock DB | GovScope