VOYA 335009 N191 REHAB RAINY AND ASH
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 Department of the Interior, National Park Service, through its DSC Contracting Services Division, has issued a Solicitation for the "N191 VOYA 335009 REHAB RAINY AND ASH PAVEMENT PRESERVATION PROJECT" at Voyageurs National Park in Minnesota. This opportunity is designated as a Total Small Business Set-Aside. Proposals are due by June 9, 2026, at 09:00 AM local time.
Scope of Work
The project primarily involves the rehabilitation and pavement preservation of approximately 4.86 miles of roadway at the Rainy Lake and Ash River areas. Key tasks include milling and overlaying existing pavement, applying edge line treatments, and associated striping. Additionally, the scope covers the removal, replacement, and restriping of two parking lots to be ABA compliant, and the milling, overlaying, and restriping of six other parking lots, also to be ABA compliant. Approximately 1,200 square feet of concrete walkway will also be removed and replaced. The project includes base contract line items for the Rainy Lake Visitor Center Road and Ash River Visitor Center Access Road, along with five optional line items for Beaver Pond Overlook, Kabetogama Lake Overlook, Rainy Lake Parking lots, Ash River Parking Lots, and a Rainy Lake Visitor Center Accessible Walkway. Detailed technical specifications and construction drawings are provided as attachments.
Contract Details
This is a Firm-Fixed-Price (FFP) contract under a Total Small Business Set-Aside (FAR 19.5). The applicable NAICS code is 237310 for Construction Of Highways, Roads, Streets, Bridges, And Railways. The period of performance requires work to begin within 10 calendar days after Notice to Proceed (NTP) and be completed within 195 calendar days. Offerors must adhere to the Limitations on Subcontracting, with a maximum of 85% of the contract value allowed for non-similarly situated subcontractors in general construction. Compliance with the Davis-Bacon Act is mandatory, requiring payment of prevailing wages and fringe benefits as outlined in Wage Determination MN20260231 for Heavy and Highway Construction in the specified Minnesota counties. Performance and payment bonds are required within 10 calendar days after award.
Submission & Evaluation
Proposals are due by June 9, 2026, at 09:00 AM local time. Offers must be submitted as sealed bids, including an original and one copy, to the address specified in Item 8 of the solicitation. Envelopes must clearly indicate the offeror's name, address, solicitation number, and due date/time. Offers providing less than 90 calendar days for Government acceptance will be rejected. Pricing must be submitted for all base and optional line items, with totals rounded to whole dollars. Evaluation will be based on best value to the Government, typically considering technical factors, past performance (assessed via a provided Past Performance Questionnaire), and price. A site visit is scheduled, and details will be announced via amendment; interested parties should RSVP to Rachel Dyer.
Contact Information
For inquiries, the primary contact is Rachel Dyer at rachel_dyer@nps.gov.