63--YELL PR TRAFFIC CONTROL DEVICESUPPLY BUY
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 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.