Y--Meadowood Sensory Nature Trail
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 Bureau of Land Management (BLM), under the Department of the Interior, is soliciting proposals for a Design-Build project to construct the Meadowood Sensory Nature Trail and associated improvements at the Meadowood Special Recreation Management Area (SRMA) in Lorton, VA. This opportunity is a Total Small Business Set-Aside. Proposals are due May 4, 2026, at 12:00 PM MDT.
Scope of Work
This project encompasses three main components:
- Meadowood Sensory Nature Trail: Design and construction of an approximately 1-mile fully accessible sensory nature trail, featuring up to six activity stations (e.g., Classroom, Build/Design, Senses, Play/Active, Reflection, Music). The trail is specifically designed for individuals with neurodivergent conditions, utilizing natural materials and minimizing ambient noise. A medical or clinical specialist with expertise in neurodiversity and sensory processing must be included on the design team.
- Enchanted Pond Outflow Culvert Replacement: Excavation and replacement of a failing 12-inch corrugated metal outflow culvert, including backfilling, pond embankment repair, and outlet stabilization. The Design-Build Contractor (DBC) is responsible for dewatering design and construction.
- Mustang Trailhead Improvements: Enhancements to the existing 8.20-acre Mustang Trailhead parking area. This includes expanding parking to accommodate 12 horse trailers, 25 POVs, and 4 semi-trailers, installing public toilets, water/electrical utilities, creating an access road from Gunston Road, and a new trail entrance structure. Parking lots will be compacted gravel with concrete sidewalks.
Contract Details
- Contract Type: Firm Fixed-Price (FFP), Single Award.
- Period of Performance: Not to exceed 450 calendar days from the Notice to Proceed. Construction is anticipated to begin before October 1, 2026.
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) with a Small Business Size Standard of $45M.
- Product Service Code: Y1PA (Construction of Recreation Facilities (Non Building)).
- Set-Aside: Total Small Business. While no subcontracting plan is required, FAR 52.219-14 Limitations on Subcontracting applies, requiring the prime contractor to perform at least 15% of the contract cost with its own employees or similarly situated subcontractors.
Submission & Evaluation
Proposals must be submitted electronically in PDF format by the deadline. Evaluation will follow a Best Value Continuum Tradeoff Approach, considering factors such as Technical Approach, Schedule, Design-Build Team/Key Personnel, Past Performance, and Price. Non-price factors, when combined, are of approximate equal importance to price. Offerors are urged to submit their most favorable terms as the government intends to award without negotiations.
Key Dates & Contacts
- Proposal Due Date: May 4, 2026, at 12:00 PM MDT.
- Point of Contact: Kassandra Hicks, Contract Specialist (khicks@blm.gov).