Y--GLAC 318705 - PACKAGE #1 CONSTRUCTION SO
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, an agency of the Department of the Interior, is soliciting proposals for Construction Package 1 of the GLAC 318705 Replace Utility Systems project at Glacier National Park, Montana. This is a Total Small Business Set-Aside for a Firm-Fixed-Price contract valued at over $10,000,000. The project involves significant upgrades to water and septic systems. Proposals are due January 15, 2026, at 2:00 p.m. Mountain Time.
Scope of Work
This project focuses on replacing and improving utility systems across three key areas within Glacier National Park:
- Two Medicine Water System: Improvements to wells, replacement of well control and water treatment building/equipment, installation of new transmission mains, and replacement of the existing water distribution system.
- St. Mary Water System: Improvements to existing wells, replacement of a second well, replacement/relocation of water distribution systems and treatment facilities in the Hudson Bay area and St. Mary Campground, and removal of an existing water storage tank.
- St. Mary Winter Septic System: Replacement of the existing septic tank and drain field system with an expanded, pressure-dosed drain field to enhance treatment capacity for current and future needs.
The work involves detailed construction, including excavation, backfill, pipe bedding, and surface restoration, utilizing materials like HDPE piping. Geotechnical reports and detailed construction drawings are provided to guide bidders on subsurface conditions, engineering recommendations, and design specifications.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Estimated Price Range: More than $10,000,000
- Period of Performance: Work must commence within 15 calendar days and be completed within 610 calendar days after receipt of the Notice to Proceed.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 237110 - Water and Sewer Line and Related Structures Construction (Size Standard: $45.5 million)
- Product Service Code: Y1ND - Construction Of Sewage And Waste Facilities
- Bonds: A performance and payment bond is required within 7 calendar days after award.
- Funding: Funds are not presently available but are expected to be available for award. The Government reserves the right to cancel the solicitation.
Submission & Evaluation
- Proposal Due Date: January 15, 2026, at 2:00 p.m. Mountain Time.
- Evaluation: A Best Value Continuum Tradeoff Process will be used. Non-price factors (Technical Approach, Management Approach, Schedule, Project Experience, Past Performance) are listed in descending order of importance and, when combined, will be equal to price.
- Required Forms: Bidders must complete and submit a Project Experience Questionnaire, Past Performance Questionnaire, General References, and a Small Business Participation Document. Word versions of these forms are available.
- Pre-Proposal Activities: A virtual conference was held on November 6, 2025, and an on-site visit on November 12, 2025. Attendee lists, presentations, and Q&As have been provided through amendments.
Key Clarifications & Amendments
Multiple amendments have been issued, providing Q&As, updated bid schedules, revised construction specifications, and an approved list of gravel and topsoil sources. Clarifications on product substitutions ("equal" products) and specific construction details (e.g., fill materials, campground closures, pipe specifications, asphalt restoration) have also been provided.
Contact Information
For questions, contact Vicki Freese-supler at vicki_freese-supler@ios.doi.gov or 720-402-8467.