NOCA - 8 MILE RIPRAP
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, Department of the Interior, is soliciting proposals for the NOCA - 8 MILE RIPRAP project. This effort involves the delivery and machine-placement of approximately 500 tons of 3-man and 4-man rock and heavy-loose riprap to stabilize 160 linear feet of the Stehekin Valley Road at milepost 8 within the North Cascades National Park Complex's Lake Chelan National Recreation Area. This is a Local Area Set-Aside for small businesses in Chelan County, Washington State.
Scope of Work
The contractor will be responsible for:
- Procuring and delivering approximately 500 tons of specified riprap.
- Transporting riprap by barge to Stehekin, then trucking it approximately 8 miles to the project site.
- Machine-placing riprap, including some material below Ordinary High Water (OHW).
- Excavating, installing geotextile filter fabric, and re-establishing the road travel way and shoulder.
- Adhering to specific rock specifications (e.g., 2000-7000 lbs per rock, specific gravity, absorption, durability).
- Ensuring materials are free of noxious weeds.
- Trucking any excess rock to the Company Creek pit.
Contract Details
- Contract Type: Firm-Fixed-Price Construction Contract (Solicitation/RFQ).
- Estimated Value: Between $25,000 and $100,000.
- Set-Aside: 100% Small Business Set-Aside, specifically a Local Area Set-Aside for small businesses in Chelan County, Washington State.
- NAICS Code: 237310 (Highway, Street, and Bridge Construction) with a $19 million size standard.
- Period of Performance: Anticipated April 1, 2026, to May 15, 2026. Work must commence within 10 calendar days of Notice to Proceed and be completed within 45 days.
- Bonds & Insurance: A Payment Bond (or alternative payment protections) and Liability Insurance are REQUIRED. Bid and Performance Bonds are NOT REQUIRED.
- Wage Rates: Subject to Davis-Bacon Wage Rates (WA20260001).
- Buy American Act: Adherence required for construction materials.
Submission & Evaluation
- Proposal Due Date: March 18, 2026, at 10:00 AM local time.
- Submission Method: Electronic submission via email to Marzjele_Chisolm@ios.doi.gov. Hard copies will not be accepted.
- Required Documents: SF 1442, Acknowledgement of Amendments, Completed Price Schedule (Attachment 7), SAM Registration, Section K Representations, Certifications, and Provisions, Relevant Experience, Technical Approach, and Past Performance information (using forms in Attachment 8).
- Evaluation Factors: Quotations will be evaluated based on Price, Relevant Experience, Technical Approach, and Past Performance.
- Eligibility: Offerors must have a current, active SAM.gov registration.
- Questions Due: Wednesday, March 11, 2026, at NOON PT.
Additional Notes
No organized site visit will be conducted. The project aims to stabilize the road following a major flooding event.