Z--GRTE MORMON ROW LANDSCAPE REHAB Mormon Row Cultural Landscape Improvements - Ph
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 National Park Service (NPS), Department of Interior, is issuing a presolicitation for Mormon Row Cultural Landscape Improvements - Phase IV at Grand Teton National Park, Wyoming. This project seeks construction firms for landscape rehabilitation, visitor access enhancements, and infrastructure upgrades. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The full solicitation is estimated to be issued on or after February 23, 2026. Responses to this presolicitation notice are due February 27, 2026.
Scope of Work
Project work involves providing all labor, materials, tools, and equipment for Phase IV improvements at Mormon Row. Key tasks include:
- Repairing and resurfacing trails and viewing areas to meet ABA accessibility standards.
- Installing clear wayfinding and interpretive signage.
- Constructing a new off-street parking area for approximately 50 cars on nearly 2 acres.
- Developing new and improved pedestrian pathways, a raised road crosswalk, fencing, vault toilets, and site furnishings. All work must be completed with sensitivity to the historic character of the Mormon Row Historic District and in compliance with preservation and environmental standards. Mormon Row Road will remain open during construction, requiring thoughtful sequencing of work tasks.
Contract & Timeline
- Type: Negotiated Firm-Fixed Contract
- Project Magnitude: Between $1,000,000 and $5,000,000
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS: 237310 (Highway, Street, and Bridge Construction) with a $45 million size standard.
- Period of Performance: Approximately June 1, 2026, to November 30, 2026.
- Solicitation Proposed Issue Date: Estimated issuance on or after February 23, 2026.
- Response to this Presolicitation Notice: February 27, 2026.
- Published: February 6, 2026.
Evaluation
The government will consider an offeror's technical capability in comparison to its price.
Additional Notes
This is a pre-solicitation announcement, not a solicitation document. Specific instructions for proposal submission will be in the forthcoming solicitation. Vendors must have an active registration in SAM.gov and a UEI number to conduct business with the Federal Government. Interested vendors are encouraged to register on SAM.gov's Interested Vendors List to receive notifications.