Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2025 SAM #8628
SOURCES SOUGHT

Y -- Y--DEVA - 335272, Repair Flood Damaged Titus Canyon R

Notice Date
7/9/2025 1:03:16 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
DSC CONTRACTING SERVICES DIVISION Denver CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140P2025R0096
 
Response Due
7/23/2025 10:00:00 AM
 
Archive Date
08/07/2025
 
Point of Contact
Dyer, Rachel, Phone: 0000000000
 
E-Mail Address
rachel_dyer@nps.gov
(rachel_dyer@nps.gov)
 
Description
This is a Sources Sought Notice (SSN) for the purpose of conducting market research. Proposals are NOT being requested, nor accepted at this time. Responses are being requested from both large and small businesses. Purpose: The purpose of this notice is to gain knowledge regarding the type of interested businesses and their qualifications. The National Park Service (NPS) will use information obtained through this notice to develop an acquisition strategy. The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a small business or other socio-economical small business set-aside for the solicitation. Analysis of the quality of responses to this source sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement. Additional Information: No proposal package, solicitation, specification or drawings are available with this notice. Cost Reimbursement: Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests. North American Industry Classification System (NAICS) code: 237310 � Highway Street and Bridge Construction Small Business Size Standard: $45 Million Solicitation: The NPS anticipates issuing a request for proposals in the Fall/Winer of 2025. Bonding: The NPS anticipates bid, performance and payment bonds will be required. Project Description: Project Conditions: The project is located at Death Valley National Park, California and Nevada. The construction magnitude is $5,000,000.00 - $10,000,000.00. The surrounding area is rural with limited staging available within the park boundary. There are no unique material delivery requirements. The construction site is 8 miles from the nearest lodging facilities and 80 miles from the nearest supplier. Titus Canyon Road will remain closed to the public until construction repairs are complete. However, the Park will remain open during construction; thus, contract activities and logistics must be structured and scheduled to minimize hazards to visitors and other travelers on roads outside the project area. The site requires protective measures to ensure the surrounding area remains undisturbed. The road repairs will be done on an existing, unpaved, high-clearance vehicle road that is currently closed to the public due to storm damage. The anticipated period of performance is 180 calendar days including any potential weather shutdown. There are no seasonal or other shutdowns mandated through the construction season. However, summer construction may be difficult or hazardous due to high temperatures. Project Scope: Work to be performed under this construction project includes: The project will repair 14 miles of one-lane, unpaved road recently damaged in an extreme rain event that caused flood and erosion damage. The project starts and ends at GPS coordinates 36.8551�,-116.8789� and 36.8529�,-117.0622�. The road is located in mountainous terrain, and typically lies on a graded bench that has been cut into the hillsides. The damage to the road includes deep erosion gullies, deposition of larger material unsuitable for a driving surface, scoured out wash crossings, and loss of road bench width. Dry washes cross the surface of the roadway in a number of locations. Several of these wash crossings need to be repaired and armored with riprap to protect against damage in future storms. Previous grading repairs and maintenance after storms have resulted in long berms of sand and gravel on the roadside. These berms interfere with effective storm water drainage and lead to increased damage during storms. The project includes removal of these berms and reuse of the material on site to fill erosion gullies and resurface the roadway. Drain humps, similar to water bars on hiking trails, will be installed at intervals to move storm water off the roadway surface. Drainage channels will also be graded off the roadside to move water off the roadway surface. To the extent possible, import of new material will be minimized in favor of reusing the existing sand, gravel and rock available on site within the project disturbance limits. Riprap for erosion control will be obtained primarily from material salvaged on site. Precast concrete barriers will be needed for constructing some of the drainage humps (the barriers are completely buried in the hump to act as barrier against erosion in extreme storm events). Because the roadway is narrow (generally only one lane wide), numerous turn-around areas are designated for trucks and equipment to use during construction. Vehicles and equipment are otherwise prohibited from driving off road. In a 530�-long road segment where the road width is insufficient, the inboard rock cut slope will be selectively scaled and excavated to make additional width. Excavations will range from 5� to 20� in height. Excavated material will be used as riprap and for other purposes on the project site. The project includes flood damage repair at the Fall Canyon Trailhead, which is the small unpaved parking area at mouth of the canyon on the west side of the mountains, at GPS coordinates 36.8220�,-117.1741�. This area is not contiguous with the rest of the project. Repairs at the Fall Canyon Trailhead include regrading, placement of riprap, and replacement of a steel vehicle gate. Submittal Contents: Interested (small and large) businesses should submit the following information: (1) Company name, UEI number, address, point of contact, telephone number, and email address. (2) Business type: Classification as a Large or Small Business under the above listed NAICS, Small Business Administration (SBA) certified Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Businesses (VOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Woman Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB). The size of a small business firm includes all parents, subsidiaries, affiliates, etc.�see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. (3) Statement regarding your company�s bonding capacity. Letters from bonding companies are not required at this time. (4) Information demonstrating experience and capability on projects of same or similar size, scope and magnitude, and constructed under similar conditions. (5) In addition businesses may submit existing marketing materials such as capability statements and brochures. Submittal Due Date/Time: Wednesday, July 23, 2025, no later than 11:00am MT. Submit To: Please send all documents to the Contracting Officer, Rachel Dyer at Rachel_dyer@NPS.Gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3644adab7ef42b5b4dff706bc2f1f09/view)
 
Record
SN07504064-F 20250711/250709230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.