63--YELL PR TRAFFIC CONTROL DEVICESUPPLY BUY

SOL #: 140PS126Q0005Award Notice

Overview

Buyer

Interior
National Park Service
DOI, NPS CONOPS STRATEGIC
Washington, DC, 20240, United States

Place of Performance

Place of performance not available

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

Traffic And Transit Signal Systems (6310)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 4, 2026
2
Last Updated
Apr 28, 2026

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 quotes for MASH Test Level 2 (TL-2) compliant, non-gating, re-directive crash cushions for Yellowstone National Park. This is a Total Small Business Set-Aside requirement. The National Park Service will provide installation of the procured items. Quotes are due by 12:00 PM ET on March 30, 2026.

Scope of Work

This solicitation is for the purchase and delivery of 4 units of MASH TL-2 compliant, non-gating, re-directive crash cushions. Key requirements include:

  • Compliance: Must be eligible for use on Federal-aid projects per FHWA requirements and meet MASH TL-2 standards.
  • Product Type: "Brand Name OR EQUAL" to TrafFix Devices TL-2 Non-Gating Re-Directive Crash Cushion.
  • Construction: Made and assembled in the USA, constructed of steel thrie-beam fender panels and steel diaphragms, with energy dissipation via a mechanical shear-bolt system. Must be self-templating and fully preassembled.
  • Performance: Non-gating and re-directive for all impact conditions, uniform energy attenuation, and capable of uni-directional and bi-directional operation under extreme temperatures.
  • Delivery: To Yellowstone National Park, 22 Stable Street, Yellowstone National Park, WY 82190. Price must include delivery.

Contract & Timeline

  • Contract Type: Firm-fixed price.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 319999 (Small Business Size Standard: 550 people).
  • Period of Performance: April 13, 2026, to June 15, 2026.
  • Anticipated Award Date: On or before April 5, 2026.
  • Quotes Due: March 30, 2026, by 12:00 PM ET.
  • Questions Due: March 27, 2026, by 12:00 PM ET.

Submission & Evaluation

Offers must be submitted via email to stephen_loftus@nps.gov. Evaluation will be based on price and technical capability of "OR EQUAL" items, with award made to the most advantageous offeror. Required submittals include a completed SF18, signed amendments, completed provisions, detailed product specifications for "OR EQUAL" items, manufacturer's product data, MASH TL-2 compliance documentation, FHWA eligibility documentation, and installation/anchoring details.

Additional Notes

Offerors must be registered in the System for Award Management (SAM) and be considered a small business for the specified NAICS code.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 2Viewing
Award Notice
Posted: Apr 28, 2026
Version 1
Solicitation
Posted: Mar 4, 2026
View
63--YELL PR TRAFFIC CONTROL DEVICESUPPLY BUY | GovScope