Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER

SOL #: 140P2025R0103Solicitation

Overview

Buyer

Interior
National Park Service
DSC CONTRACTING SERVICES DIVISION
Denver, CO, 80225, United States

Place of Performance

Place of performance not available

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

Construction Of Sewage And Waste Facilities (Y1ND)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 22, 2025
2
Last Updated
Apr 22, 2026
3
Submission Deadline
Jan 8, 2026, 9:00 PM

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 (NPS), through its DSC Contracting Services Division, is soliciting proposals for the YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems project at Yellowstone National Park, Wyoming. This project involves comprehensive construction and rehabilitation services for the wastewater treatment infrastructure. The acquisition is conducted as an Unrestricted Full and Open Competition. Proposals are due by January 30, 2026, at 2:00 PM MT.

Scope of Work

The project entails the rehabilitation and replacement of the Canyon Village Wastewater Treatment Plant (WWTP), Brink of the Upper Falls, and Government Lift Stations, along with the influent sewer. Key construction elements include:

  • Site civil/utilities, headworks, bioreactors, digester, process, dewatering, and drying bed facilities.
  • An intraplant pump station, generator building, and force main.
  • Rehabilitation of existing government lift station generator building, government lift station, influent sewer main, and Brink of Upper Falls lift station.
  • An operation and maintenance storage building and installation of telemetry for remote monitoring.
  • Demolition of existing structures. Environmental protections are critical, requiring measures for wetlands, geothermal activity, and Whitebark Pines, with vehicle pressure washing to prevent invasive species. Logistical constraints include seasonal road closures (approx. Nov 1 - Apr 15) and specific work hours (7:00 AM – 7:00 PM, M-F), with quiet hours (10:00 PM - 6:00 AM). Contractor housing is available with 25 trailer sites at Lake Government Area.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Magnitude: Estimated to be more than $10,000,000.
  • Period of Performance: 975 calendar days from the Notice to Proceed, inclusive of winter shutdown periods and final cleanup.
  • Funding: This is currently an unfunded requirement with a high expectation that funds will be available; award is contingent upon fund availability.
  • NAICS Code: 237110 (Water and Sewer Line and Related Structures Construction) with a $45 million small business size standard.
  • Set-Aside: Unrestricted Full and Open Competition.

Submission & Evaluation

Proposals are due January 30, 2026, at 2:00 PM MT. The evaluation will follow a Best Value Continuum Tradeoff Process. Offerors must use the 3-page SF 1442 form and provide detailed responses to the Project Experience Questionnaire, Past Performance Questionnaire, General References, and Small Business Participation Document. Large businesses must also submit a Small Business Subcontracting Plan. A firm requirement for this project is Inductive Automation Gold Certification for integrators. Past performance will be assessed using submitted PPQs, with CPARS records pulled by the government. Evaluation Factor 4 (Management Approach) has been updated to specifically assess sound management practices, effective cost/quality control, clear commitment, hierarchy, communication, and comprehensive safety information (risk mitigation, qualified personnel, OSHA 300A incidents, EMR rates).

Key Clarifications & Notes

Numerous amendments have provided responses to vendor questions, clarifying technical specifications for equipment such as screw presses, fine screens, UV systems, and general control systems. Product substitutions for "equal" items must include descriptive literature. Bidders should review the Regulated Building Materials Survey (identifying asbestos, lead paint, hazardous materials), Geotechnical Data Report (subsurface conditions), and Aquatic Resources Delineation Report (wetlands, other waters) for comprehensive project understanding. A 14-day continuous Facility Performance Demonstration is required for substantial completion.

People

Points of Contact

Freese-supler, VickiPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 14
Award Notice
Posted: Apr 22, 2026
View
Version 13
Solicitation
Posted: Jan 26, 2026
View
Version 12
Solicitation
Posted: Jan 21, 2026
View
Version 11
Solicitation
Posted: Jan 6, 2026
View
Version 10
Solicitation
Posted: Dec 22, 2025
View
Version 9Viewing
Solicitation
Posted: Dec 16, 2025
Version 8
Solicitation
Posted: Dec 1, 2025
View
Version 7
Solicitation
Posted: Nov 25, 2025
View
Version 6
Solicitation
Posted: Nov 19, 2025
View
Version 5
Solicitation
Posted: Nov 3, 2025
View
Version 4
Solicitation
Posted: Oct 21, 2025
View
Version 3
Solicitation
Posted: Oct 14, 2025
View
Version 2
Solicitation
Posted: Oct 1, 2025
View
Version 1
Pre-Solicitation
Posted: Sep 22, 2025
View