Z--BADL REHAB CEDAR LODGE ROAD

SOL #: 140P6326B0002Sources Sought

Overview

Buyer

Interior
National Park Service
MWR NEKOTA(63000)
Rapid City, SD, 57701, United States

Place of Performance

Interior, SD

NAICS

Highway (237310)

PSC

Repair Or Alteration Of Highways/Roads/Streets/Bridges/Railways (Z2LB)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Feb 24, 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 National Park Service (NPS), under the Department of the Interior, is conducting market research through a Sources Sought announcement for the rehabilitation of Cedar Pass Lodge Road in Badlands National Park, Interior, SD. This is not a solicitation but aims to gauge vendor interest and capabilities for a potential future project. Responses are due by 12:00 Noon MT, February 4, 2026.

Scope of Work

The project involves replacing aging, flood-impacted granular surfaced roadway sections within the Cedar Pass Lodge Cabin area. Key tasks include:

  • Replacement of existing granular surfaced roadway.
  • Minor grading.
  • Installation of approximately 450 tons of new granular surfaced roadway.
  • Excavation and hauling of 3,200 cubic yards of material to a park-provided disposal site.
  • Construction of an earthen berm using 900 cubic yards of haul-on material. The work is expected to be completed within 120 calendar days of the Notice to Proceed.

Contract & Timeline

  • Type: Sources Sought (Market Research)
  • NAICS Code: 237310 (Highway, Street, and Bridge Construction)
  • Size Standard: $45 million
  • Set-Aside: Not specified at this stage; firms should indicate their size status and SBA certifications.
  • Response Due: February 4, 2026, 12:00 Noon MT
  • Published: January 28, 2026

Submission Requirements

Interested firms must submit the following via email to joseph_kirk@nps.gov with the subject line "140P6326B0002":

  • Firm Name, Address, Phone Number, Email Address
  • UEI Number
  • Bonding Capability
  • Size status/SBA certifications (e.g., Small Business, WOSB, HUBZone, SDVOSB, 8(a), ISBEE, Other Than Small)
  • Description of work to be performed by the firm's employees (without subcontracting).
  • Capability statement summarizing the firm's abilities.

Additional Notes

This notice is for planning purposes only and does not constitute a solicitation. All costs incurred for responding are the firm's responsibility. Responses do not guarantee inclusion in future solicitations. Future solicitations, if issued, will be posted on SAM.gov.

People

Points of Contact

Kirk, JosephPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Feb 24, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 4, 2026
View
Version 1Viewing
Sources Sought
Posted: Jan 28, 2026
BADL REHAB CEDAR LODGE ROAD | GovScope