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
Jan 26, 2026
3
Submission Deadline
Jan 30, 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 is soliciting proposals for the YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems project at Yellowstone National Park, Wyoming. This is a comprehensive construction effort to upgrade critical wastewater infrastructure. The acquisition is conducted as an Unrestricted Full and Open Competition. Proposals are due January 30, 2026.

Scope of Work

This project involves the construction and rehabilitation of various wastewater treatment components, including:

  • Site civil/utilities, headworks, bioreactors, and digester facilities.
  • Process, dewatering, and drying bed facilities.
  • Intraplant pump station, generator building, and force main.
  • Rehabilitation of existing government lift station generator building, government lift station, influent sewer main, and sewer lines.
  • Brink of Upper Falls lift station and an operation and maintenance storage building.
  • Installation of telemetry for remote monitoring.
  • The scope also includes landscape restoration, wildland-urban interface fire protection plans, and careful handling of regulated building materials (asbestos, lead paint, hazardous materials) identified in surveys.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Magnitude of Construction: More than $10,000,000
  • NAICS Code: 237110 (Construction Of Sewage And Waste Facilities) with a $45 million size standard.
  • Period of Performance: 975 calendar days from the Notice to Proceed, which includes winter shutdown periods.
  • Funding: This is currently an unfunded requirement, but there is a high expectation that funds will become available for award.

Key Requirements & Clarifications

  • Gold Certification: Gold Certification for Integrators with Inductive Automation is a firm requirement.
  • Forms: Offerors must use the 3-page SF 1442 and utilize provided fillable Word versions for the Project Experience Questionnaire, Past Performance Questionnaire, General References, Small Business Participation Document, and Small Business Subcontracting Plan.
  • Small Business Participation: Large businesses must submit a Small Business Subcontracting Plan addressing specific NPS goals. Small businesses are exempt from this plan.
  • Past Performance: Only previously completed Past Performance Questionnaires (PPQs) will be accepted; the Government will pull CPARS records.
  • Product Substitutions: Information on "equal" products, including descriptive literature, must be supplied with the proposal.
  • Technical Specifications: Numerous technical specifications and drawings have been updated through amendments, particularly concerning Screw Press, Fine Screen, RotaShield, UV System, General Control System, and Electrical System components. Bidders must review all latest clarifications.
  • Project Labor Agreement (PLA): A PLA is not required for this project.
  • Earthwork: Import/export of material is expected.

Submission & Evaluation

  • Evaluation: Award will be based on a Best Value Continuum Tradeoff Process.
  • Bonds: Performance and payment bonds are mandatory.
  • Taxes: All Federal, State, and Local taxes must be included in the proposal.
  • Offer Validity: Offers must remain valid for at least 90 calendar days.
  • Document Access: All addendums and bid documents are accessible via SAM.gov.

Important Dates & Contacts

  • Proposal Due Date: January 30, 2026, at 1400 Mountain Time.
  • Contracting Officer: Vicki Freese-supler (vicki_l_freese-supler@nps.gov, 720-402-8467).

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
Download
Download
Download
Download
Download

Versions

Version 13
Solicitation
Posted: Jan 26, 2026
View
Version 12Viewing
Solicitation
Posted: Jan 21, 2026
Version 11
Solicitation
Posted: Jan 6, 2026
View
Version 10
Solicitation
Posted: Dec 22, 2025
View
Version 9
Solicitation
Posted: Dec 16, 2025
View
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