Z--BADL REHAB CEDAR LODGE ROAD
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) is seeking bids for construction services to rehabilitate the Cedar Lodge Road at Badlands National Park, Interior, SD. This is an Invitation for Bids (IFB) for a firm-fixed-price contract under a Total Small Business Set-Aside. The project involves road replacement, grading, and drainage improvements. Bids are due April 08, 2026.
Scope of Work
This project focuses on repairing the roadway subgrade, base, and surfacing, and improving drainage in the Cedar Pass Lodge cabin area. Key tasks include:
- Replacement of existing granular surfaced roadway.
- Minor grading and installation of approximately 450 tons of new granular surfaced roadway.
- Excavation and hauling of 3,200 cubic yards (CY) of material to a park-provided disposal site.
- Construction of an earthen berm using 900 CY of haul-on material.
- Adherence to specific requirements for site clearing, earthwork, exterior improvements, paleontological protection, temporary erosion and sediment control, and accident prevention. Detailed engineering drawings and plans are provided, covering site conditions, proposed work, and erosion control measures.
Contract Details
- Contract Type: Firm-Fixed-Price Construction Contract.
- Period of Performance: 120 calendar days from the Notice to Proceed. Work is anticipated to start August 17, 2026, and end November 6, 2026, with remaining work potentially restarting in Spring 2027 if weather causes disruptions. Specific phases are detailed: Phase 1 (Ditch and Berm Work) for 81 days, Phase 1A (Road and Grading Work in Cabin Area) for 18 days, and Phase 2 (Spring 2027) for 39 days.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237310 (Highway, Street, and Bridge Construction) with a $45 million size standard.
- Estimated Value: Not explicitly stated, but a 20% bid guarantee (not to exceed $3M) is required.
Submission & Evaluation
- Submission Method: Proposals must be submitted via email to nekota_mabobids@nps.gov.
- Required Documents: SF1442, bid bond, and Limitations on Subcontracting worksheet.
- Bid Guarantee: A 20% bid guarantee (not to exceed $3M) is mandatory.
- Evaluation Criteria: Award will be made to the responsible bidder whose bid is most advantageous to the Government, considering only price and price-related factors.
- Registrations: Offerors must have a UEI number, be registered and active in SAM.gov, and have completed Online Representations and Certifications by the solicitation close date.
- Site Visit: A site visit was scheduled for March 05, 2026. All questions were to be submitted in writing via email no later than 3 days after the site visit.
Key Dates
- Solicitation Published: March 20, 2026 (Amendment 0001).
- Bid Submission Deadline: April 08, 2026, at 1:00 PM Mountain Daylight Time.
- Bid Opening: Virtual, via conference call (details provided in solicitation).
Additional Notes
Construction Wage Rate Requirements for Pennington County (General Decision Number: SD20260001) will apply. Bidders must ensure compliance with prevailing wage rates. A Submittal List details required documentation throughout the project lifecycle. The Limitations on Subcontracting report template is provided for compliance tracking.