Z--GRTE MORMON ROW LANDSCAPE REHAB
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), through Grand Teton National Park, is soliciting proposals for Mormon Row Cultural Landscape Improvements - Phase IV in Moose, WY. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity involves significant infrastructure upgrades to enhance visitor access, safety, and understanding of the historic Mormon Row site. The project magnitude is estimated between $1,000,000 and $5,000,000. Proposals are due March 30, 2026, at 3:00 PM local time.
Scope of Work
The project entails providing all labor, materials, tools, and equipment for landscape repairs and improvements. Key tasks include:
- Repairing and resurfacing trails and viewing areas to meet ABA accessibility standards.
- Installing clear wayfinding and interpretive signage.
- Constructing a new off-street parking area for approximately 50 cars on nearly 2 acres.
- Developing new and improved pedestrian pathways, raised road crosswalks, fencing, vault toilets, and site furnishings. All work must be completed with sensitivity to the historic character of the Mormon Row Historic District and in compliance with preservation and environmental standards. Construction must be thoughtfully sequenced to maintain public access on Mormon Row Road.
Contract Details & Requirements
- Contract Type: Firm Fixed Price (FFP).
- NAICS Code: 237310 (Highway, Street, and Bridge Construction) with a $45M small business size standard.
- Period of Performance: 180 calendar days after Notice to Proceed.
- Wage Rates: Davis Bacon wage rates apply.
- Registration: Offerors must be registered in SAM.gov with an "active" status.
- Geotechnical Report: A Geotechnical Report (Soils Report No. 224-145) is attached and provides critical information for pavement design and subsurface conditions.
Submission & Evaluation
- Offer Due Date: March 30, 2026, at 3:00 PM local time.
- Submission Method: Electronic copy via email to molly_lynam@nps.gov.
- Questions Due: Ten (10) calendar days prior to the offer due date (March 20, 2026).
- Evaluation Factors: Best Value Continuum Tradeoff Process, considering Technical factors (Past Performance, Project Experience, Key Personnel Experience, Schedule, Safety) and Price. Non-price factors combined are approximately equally important to price, with Past Performance and Project Experience weighted more heavily.
Amendments & Clarifications
Amendment 2, the latest update, includes the most recent Questions & Answers (Q&A) document, which clarifies technical specifications, logistical requirements, and specific project elements such as mulching, human exclusion fence, empty conduit, and pervious asphalt substitution. Bidders should review all amendments and attachments, including the Geotechnical Report and Bid Schedule, to ensure full compliance.