Y--DEVA 335272 Repair Flood Damaged Titus Canyon Road

SOL #: 140P2026R0013Solicitation

Overview

Buyer

Interior
National Park Service
DSC CONTRACTING SERVICES DIVISION
Denver, CO, 80225, United States

Place of Performance

Place of performance not available

NAICS

Highway (237310)

PSC

Construction Of Highways, Roads, Streets, Bridges, And Railways (Y1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 10, 2025
2
Last Updated
Apr 15, 2026
3
Submission Deadline
Feb 4, 2026, 4:00 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), through its DSC Contracting Services Division, is soliciting proposals for the repair of flood-damaged Titus Canyon Road in Death Valley National Park, Inyo County, California. This is a Total Small Business Set-Aside opportunity with an estimated magnitude between $5 million and $10 million. The project involves extensive road repair and environmental protection measures. Proposals are due by Tuesday, February 10, 2026, at 9:00 AM MT.

Scope of Work

This project entails repairing approximately 14 miles of the one-lane, unpaved Titus Canyon Road, which sustained damage from an extreme rain event. Key tasks include:

  • Repairing erosion gullies and armoring wash crossings with riprap.
  • Removing berms and resurfacing the roadway, utilizing existing on-site material where feasible.
  • Installing drain humps (water bars) and drainage channels.
  • Performing repairs at the Fall Canyon Trailhead, including regrading, riprap placement, and replacing a steel vehicle gate.
  • Construction drawings provide detailed plans for grading, drainage, erosion control, traffic management, and environmental protection.
  • Contractors are required to use bio-based fluids on-site. Blasting is not permitted; expansive demolition grout may be used with approval.
  • NPS will provide biologists, perform surveys (nesting bird, pre-construction), and supply biological, archeological, and paleontological monitors. The contractor is not responsible for these services.
  • Work is limited to a maximum of two simultaneously active work sites per resource monitoring area, with a total of six active sites. No work is allowed within the wilderness area.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP).
  • Period of Performance: Work must commence within 10 calendar days of Notice to Proceed (NTP) and be completed within 365 calendar days.
  • Liquidated Damages: $1,270.00 per calendar day for delays.
  • Set-Aside: Total Small Business Set-Aside (NAICS 237310, $45 Million size standard).
  • Subcontracting: Limitations on subcontracting apply, requiring prime contractors to track and report compliance, especially for non-similarly situated subcontractors.

Submission & Evaluation

  • Proposals Due: Tuesday, February 10, 2026, at 9:00 AM MT.
  • Submission: Proposals and questions must be submitted via email.
  • Evaluation Factors: Technical Ability/Approach, Past Performance, and Price. Proposed pricing is approximately equally important to combined other factors. The government may accept other than the lowest-priced proposal.
  • Past Performance: Offerors must submit experience forms and past performance questionnaires. More recent and similar projects (e.g., significant roadway excavation, work in sensitive habitats/national parks, limited staging space) are considered more relevant. CPARS cannot substitute for new questionnaires.
  • Questions: The deadline for submitting questions has passed. Amendments 0005 and 0006 provided answers to vendor questions.

Key Attachments

Offerors should review attachments including the Contract Price Schedule, Specifications, Plan Drawings, Waste Management Plan Worksheet, General References, Subcontract Percentage Worksheet, Wage Determination (CA20250020), Past Performance Questionnaire, and Experience Form.

People

Points of Contact

Dyer, RachelPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Award Notice
Posted: Apr 15, 2026
View
Version 7
Solicitation
Posted: Feb 4, 2026
View
Version 6
Solicitation
Posted: Jan 25, 2026
View
Version 5
Solicitation
Posted: Jan 17, 2026
View
Version 4Viewing
Solicitation
Posted: Jan 14, 2026
Version 3
Solicitation
Posted: Jan 13, 2026
View
Version 2
Solicitation
Posted: Jan 9, 2026
View
Version 1
Solicitation
Posted: Dec 10, 2025
View