Z--BADL REHAB CEDAR LODGE ROAD

SOL #: 140P6326B0002Pre-Solicitation

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, has issued a pre-solicitation notice for an Invitation for Bids (IFB) for construction services to rehabilitate the Cedar Lodge Road at Badlands National Park, Interior, South Dakota. This opportunity is a 100% Total Small Business Set-Aside for firms capable of highway, street, and bridge construction. The formal solicitation is anticipated to be issued around February 24, 2026, with responses likely due by March 24, 2026.

Scope of Work

The project involves the repair and alteration of the Cedar Lodge Road, specifically focusing on replacing aging, flood-impacted granular surfaced roadway sections in 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.

Contract & Timeline

  • Contract Type: Firm-fixed price.
  • Period of Performance: 120 calendar days, with an anticipated start date of August 17, 2026, and completion by November 6, 2026. Work may be phased, potentially restarting in Spring 2027 if weather conditions disrupt initial phases.
  • Set-Aside: 100% Total Small Business.
  • NAICS Code: 237310 (Highway, Street, and Bridge Construction) with a $45 million size standard.
  • Anticipated Solicitation Issue: On or about February 24, 2026.
  • Anticipated Response Due: Approximately 30 days after IFB issue, anticipated March 24, 2026.
  • Published Date: February 4, 2026.

Eligibility & Submission

Offerors must possess a UEI number, be actively registered in SAM.gov, and have completed their Online Representations and Certifications by the solicitation's close date. Specific specifications and drawings will be provided with the formal IFB.

Additional Notes

Construction Wage Rate Requirements for Pennington County will apply to this project. Information regarding a site visit will be made available when the formal solicitation is posted. Hard copies or emailed copies of the solicitation will not be provided; all documents will be accessible via SAM.gov. Point of Contact: Joseph Kirk, Contracting Officer, joseph_kirk@nps.gov, 605.574.0510.

People

Points of Contact

Kirk, JosephPRIMARY

Files

Files

Download

Versions

Version 3
Solicitation
Posted: Feb 24, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Feb 4, 2026
Version 1
Sources Sought
Posted: Jan 28, 2026
View