Z--GRTE MORMON ROW LANDSCAPE REHAB
SOL #: 140P1426R0002Solicitation
Overview
Buyer
Interior
National Park Service
IMR NORTHERN ROCKIES(12200)
YELWSTN NL PK, WY, 82190, United States
Place of Performance
Moose, WY
NAICS
Highway (237310)
PSC
Repair Or Alteration Of Parking Facilities (Z2LZ)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
Feb 6, 2026
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Mar 30, 2026, 9:00 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), under the Department of the Interior, is soliciting proposals for the Grand Teton National Park Mormon Row Cultural Landscape Improvements - Phase IV project in Moose, WY. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity involves significant landscape rehabilitation, with an estimated magnitude between $1,000,000 and $5,000,000. Proposals are due by March 30, 2026, at 1500 local time.
Scope of Work
The project focuses on enhancing visitor access, safety, and understanding of the historic Mormon Row site. 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. Mormon Row Road will remain open to visitors during construction, requiring thoughtful sequencing of tasks.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 237310, Highway, Street, and Bridge Construction (Small Business Size Standard: $45M)
- Magnitude: $1,000,000 to $5,000,000
- Period of Performance: 180 calendar days after Notice to Proceed.
- Wage Rates: Davis Bacon wage rates apply.
Key Requirements & Deliverables
- Adherence to detailed construction drawings and specifications, including civil, structural, and landscape plans.
- Consideration of geotechnical recommendations for subsurface conditions, foundation design, and pavement design.
- Compliance with Limitation on Subcontracting requirements for SDVOSBs.
- Accurate pricing for base CLINs (Visitor Parking Area, South Mormon Row Road Detached Trail Accessibility Improvements - RAP) and optional CLINs (Trails, Pedestrian Bridges, Native Soil Trails, Porous Pavement, Waysides, Site Furnishings, Revegetation).
Submission & Evaluation
- Proposal Submission: Electronic copy via email to Molly Lynam at molly_lynam@nps.gov.
- Evaluation Factors: Best Value Continuum Tradeoff Process, considering Technical (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.
- Eligibility: Offerors must be registered in SAM.gov with an "active" status.
Important Notes & Amendments
- Amendment 1 (posted March 23, 2026) includes Questions & Answers (Q&A) and the Geotechnical Report. Bidders must review these documents for clarifications on pavement design, dual hatting roles, construction phasing, and other specifications.
- A site visit was held on December 10, 2025; no further site visits are scheduled.
- The Q&A clarifies that the designated Superintendent can act as On-site Quality Control Supervisor and/or On-site Safety Supervisor if qualified.
Deadlines
- Offer Due Date: March 30, 2026, at 1500 local time.
- Questions Due: 10 calendar days prior to the offer due date.
People
Points of Contact
Lynam, MollyPRIMARY