Y--GRCA 318719, North Rim & Roaring Springs Rehabilitation Program, Grand Canyon N
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 the DSC Contracting Services Division, is conducting market research via a Sources Sought Notice for the North Rim & Roaring Springs Rehabilitation Program at Grand Canyon National Park. This program involves rehabilitating critical utility infrastructure. Responses are due May 13, 2026.
Scope of Work
The project entails comprehensive rehabilitation of critical utility systems on the North Rim and in inner canyon locations. This includes the Water System (Roaring Springs Pumphouse, raw/finished water pipelines, North Rim Water Treatment Plant, treated water supply to inner canyon, raw water pipeline rehabilitation), Wastewater System (replacement of sewer collection), and Power System (additional diesel fuel storage, standby generators, transformer replacements, junction box/shunt reactor replacements, upgrades to overhead/underground power and fiber communications lines, and replacement of a defunct solar power system).
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 237110 Water and Sewer Line and Related Structures
- Small Business Size Standard: $45 Million
- Estimated Construction Magnitude: Greater than $10 Million
- Anticipated Award: Winter 2026 / Spring 2027
- Period of Performance: 36-48 months (to be finalized)
- Bonding: Bid, performance, and payment bonds likely required.
- Response Due: May 13, 2026
- Published: April 22, 2026
Eligibility / Set-Aside
This is market research to determine the acquisition strategy, including potential small business set-asides. Responses are requested from both large and small businesses. The quality and volume of responses will inform the final set-aside decision.
Submission & Evaluation
This is not a solicitation; responses are voluntary and for market research only. Interested businesses should submit their company name, DUNS, address, contact information, business type (including certifications), a bonding capacity statement, and information demonstrating experience and capability on similar projects. Marketing materials are optional. Submissions are to be sent to CO: james_waller@ios.doi.gov and CS: kristin_tauber@ios.doi.gov.
Additional Notes
The project is in a remote, high-elevation area with seasonal access (May-October), requiring helicopter access for some construction. Contractors must be self-reliant and capable of managing logistics in challenging environments with limited government support. Work will occur in areas with high public visitation and sensitive resources. No proposal package, solicitation, specifications, or drawings are currently available.