Purchase Road Chips for Yellowstone NP
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 (NPS), specifically Yellowstone National Park, is soliciting proposals for the delivery of 8050 tons of chip sealing chips to the Norris Pit. This is a 100% Total Small Business Set-Aside opportunity. Proposals are due by April 20, 2026, at 1:00 PM MST.
Opportunity Details
- Title: Purchase Road Chips for Yellowstone NP
- Agency: Department of the Interior, National Park Service, IMR Intermountain Region
- Notice ID: e014a0576d4843eeb85d5b21d7bba45c
- Type: Solicitation (Combined Synopsis/Solicitation)
- Product Service Code: 5610 (Mineral Construction Materials, Bulk)
- NAICS Code: 212321 (Construction Sand and Gravel Mining)
- Small Business Size Standard: 500 Employees
Scope of Work
The contractor will be responsible for delivering 8050 tons of chip sealing chips to the Norris Pit, located 21 miles south of Mammoth Hot Springs and one mile east of Norris Junction, Yellowstone National Park. Key specifications include:
- Material Quality: Chips must meet specific gradation requirements, be free of extraneous matter, have a wear not exceeding 30%, and a minimum of 70% of coarse aggregate with at least one fractured face.
- Vegetation Management: Offerors must possess an approved weed management plan from the local county weed board and Yellowstone National Park, with proof of the most recent weed inspection by Park staff.
- Hauling & Delivery: All vehicles and equipment must be pressure washed and inspected for cleanliness prior to park entry. Loaded trucks must be covered. Deliveries require specific dump truck types, adherence to park regulations (e.g., speed limits, no engine brakes within 3 miles of Mammoth), and vehicle length not exceeding 75 feet.
- Testing: Test samples must be submitted at least two weeks prior to delivery. The contractor is responsible for reworking or replacing material that fails testing.
Contract & Timeline
- Contract Type: Firm-fixed price.
- Period of Performance: May 15, 2026, to July 30, 2026.
- Proposal Due Date: April 20, 2026, by 1:00 PM MST.
- Questions Due Date: April 2, 2026 (close of business).
- Quote Validity: At least 30 days.
Submission & Evaluation
- Submission Method: Quotes must be submitted via email to Ryan Haselhuhn (ryan_haselhuhn@ios.doi.gov).
- Evaluation Basis: Low Price, Technically Acceptable (LPTA).
- Evaluation Factors: Price, Technical (max 10 pages), Prior Experience (3 contracts within the last 5 years, max 5 pages), Past Performance, and Limitations on Subcontracting.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Additional Notes
This announcement serves as the only solicitation; a separate written solicitation will not be issued. Attached documents include detailed Specifications and a Gravel Pit Inspection Report, which lists certified or inspected gravel pit suppliers relevant for material sourcing.