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
Feb 4, 2026
3
Submission Deadline
Feb 9, 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 project, estimated between $5 million and $10 million, is a Total Small Business Set-Aside for construction services. The work involves repairing approximately 14 miles of unpaved road damaged by extreme rain. Proposals are due Monday, February 9, 2026, at 9:00 AM Mountain Time.

Scope of Work

This project entails comprehensive repairs to the flood-damaged Titus Canyon Road. Key tasks include:

  • Repairing erosion gullies and armoring wash crossings with riprap.
  • Removing berms and resurfacing the roadway.
  • Installing drain humps (water bars) and drainage channels.
  • Utilizing existing on-site materials where feasible.
  • Obtaining precast concrete barriers for drainage humps.
  • Performing repairs at the Fall Canyon Trailhead, including regrading, riprap placement, and replacing a steel vehicle gate. Detailed construction drawings and specifications are provided in attachments.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Magnitude: Between $5,000,000.00 and $10,000,000.00
  • Period of Performance: 365 calendar days to complete work, commencing 10 calendar days after Notice to Proceed (NTP).
  • Liquidated Damages: $1,270.00 per calendar day for delays.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 237310 (Road, Highway, and Street Construction)
  • Small Business Size Standard: $45 Million

Submission & Evaluation

Proposals and questions must be submitted via email. Evaluation will consider Technical Ability/Approach, Past Performance, and Price. The Government may award to other than the lowest-priced proposal if perceived benefits justify the price differential. Offerors must acknowledge all solicitation amendments.

Key Dates & Contacts

  • Questions Due: Wednesday, January 28, 2026, by 9:00 AM Mountain Time.
  • Proposals Due: Monday, February 9, 2026, at 9:00 AM Mountain Time.
  • Site Visit: Tuesday, January 20, 2026 (all day) and Wednesday, January 21, 2026 (half day). RSVP required.
  • Contact: Rachel Dyer (rachel_dyer@nps.gov)

Attachments & Requirements

Bidders must review and complete several key attachments:

  • Contract Price Schedule (Attachment 1): Template for pricing submission (Lump Sum).
  • Project Waste Management Plan Worksheet (Attachment 2): Sample for documenting waste management activities.
  • Final Plans (Attachment 3): Comprehensive construction drawings.
  • General References (Attachment 4): Form for business references (surety, bank, insurance, subcontractors, suppliers).
  • Subcontract Percentage Worksheet (Attachment 5): Required for small business set-asides, detailing subcontracting limitations.
  • Wage Determination (Attachment 6): Specifies prevailing wage rates for California.
  • Past Performance Questionnaire (Attachment 7): For references to evaluate past performance.
  • Experience Form (Attachment 8): For Offeror and team members to detail relevant past experience. Offerors are required to use bio-based fluids for on-site government work. Contractor licenses from any state are acceptable.

People

Points of Contact

Dyer, RachelPRIMARY

Files

Files

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

Versions

Version 7
Solicitation
Posted: Feb 4, 2026
View
Version 6
Solicitation
Posted: Jan 25, 2026
View
Version 5Viewing
Solicitation
Posted: Jan 17, 2026
Version 4
Solicitation
Posted: Jan 14, 2026
View
Version 3
Solicitation
Posted: Jan 13, 2026
View
Version 2
Solicitation
Posted: Jan 9, 2026
View
Version 1
Solicitation
Posted: Dec 10, 2025
View
Y--DEVA 335272 Repair Flood Damaged Titus Canyon Road | GovScope