SOURCES SOUGHT
Y -- Y--N191 VOYA 335009 Rehab Rainy and Ash
- Notice Date
- 7/16/2025 8:08:08 AM
- 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
- 140P2025R0100
- Response Due
- 8/6/2025 10:00:00 AM
- Archive Date
- 08/21/2025
- Point of Contact
- Dyer, Rachel, Phone: 0000000000
- E-Mail Address
-
rachel_dyer@nps.gov
(rachel_dyer@nps.gov)
- Description
- ** This is a 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. ** 1. Purpose: a. The purpose of this SSN is to gain knowledge regarding the types of interested businesses and their qualifications. Information obtained through this SSN by the NPS will be utilized to develop the acquisition strategy. The amount of interest, or lack thereof, will determine the possibility of a Small Business or other Socio-Economic Set-Aside for solicitation and award purposes. Analysis of the quality of responses to this SSN will be considered in the Market Research being conducted and in the making of any set-aside determination for this requirement.; b. 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; and c. No solicitation, proposal package, specifications, or drawings are available with this SSN. 2. 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 SSN, nor any follow-up information requests. 3. Bonding: Bid, Performance, and Payment Bonds are anticipated to be required. 4. North American Industry Classification System (NAICS) code: 237310 � Highway, Street and Bridge Construction and Size Standard: $45 Million 5. Project Description: This project will improve the roadway at Rainy Lake and Ash River Road and includes rehabilitation of pullouts and parking lots along with a combination of pavement overlays and full depth pavement rehabilitation. This project will also rehabilitate a portion of road pavement at the Sullivan Bay Parking Lot area. Parking areas along the Rainy Lake Visitor Center Road 010 and Ash River Visitor Center Road 100 may also be rehabilitated �including appropriate accessibility-compliant slopes, markings, curb cuts, accessible walkways, and overlooks that comply with the Architectural Barriers Act. a. The project is located at: Closest City is - International Falls, Minnesota b. Magnitude of construction is: Between $5,000,000.00 and $10,000,000.00 c. The surrounding area is urban or rural with limited staging located at: Voyageurs National Park. d. Note any unique material delivery requirements: N/A e. The construction site is approximately 25 miles from nearest suppliers and lodging facilities. f. The Park will remain open during construction, thus contract activities and logistics must be structured and scheduled to minimize visitor impact. g. The site requires protective measures to ensure the surrounding area remains undisturbed. h. The anticipated period of performance Spring 2026 including any potential weather shutdown. i. There are no seasonal/other shutdowns mandated through the construction season. 6. Project Scope: The project involves the rehabilitation of approximately five (5) miles of roadway along Rainy Lake and Ash River Road, as well as the renovation of approximately 257,000 square feet of parking lots. The scope of work includes milling and overlaying the existing roadways and parking areas, alongside full-depth repairs spanning approximately 22,000 square feet at the Kabetogama Lake Overlook Trail and Beaver Pond Overlook parking lots. In addition to roadway and parking lot improvements, the project will incorporate essential accessibility enhancements to ensure compliance with PROWAG standards. This will encompass compliant slopes, appropriate markings, curb cuts, accessible walkways, and clear signage to facilitate ease of access for all visitors. The anticipated duration for construction is approximately 180 days, during which we aim to minimize disruption while enhancing the safety and usability of these vital areas.ge. Anticipated construction duration is approximately 180 days. 7. Solicitation: At this time, NPS DSC anticipates issuing a competitive Request for Proposals (RFP) around the Fall/Winter 2025; and awarding a single Firm-Fixed-Price (FFP) contract. 8. Submittal Instructions: Responses shall be captured by filling out (in its entirety) the attached Sources Sought Survey Questionnaire. The interested Contractor shall respond no later than 11 am Mountain Time (MT) on August 6, 2025, by emailing the questionnaire to the Contracting Officer at: Rachel Dyer, Rachel_Dyer@nps.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/50a2927d3f45427b95926826642a0af0/view)
- Record
- SN07512365-F 20250718/250716230052 (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 |