GRTE Taggart Lake Area Renewal - PMIS 314711
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), specifically the IMR Northern Rockies office, is soliciting proposals for the GRTE Taggart Lake Area Renewal - PMIS 314711 project at Grand Teton National Park, Moose, WY. This Total Small Business Set-Aside opportunity involves significant construction to enhance visitor infrastructure. The estimated magnitude for this project is between $5,000,000 and $10,000,000. Proposals are due April 13, 2026.
Scope of Work
This project requires the construction of a new 140-vehicle paved parking lot for the Taggart Lake Trailhead, along with the extension of a paved multi-use path to the trailhead area. The scope also includes the installation of various site furnishings such as comfort stations, a drinking fountain, a three-panel kiosk, masonry seat walls, boulders, and benches. The work aims to improve well-used areas and significantly increase parking capacity and accessibility within the park.
Key components include:
- Construction of the Taggart Lake Parking Lot and Trailhead Area.
- Extension of a paved multi-use path.
- Installation of site furnishings.
- Option A: Construction of the Cottonwood Creek Picnic Area.
- Option B: Installation of Teton Park Road signing and striping.
The project will be conducted in phases over two construction seasons, with an anticipated winter shutdown from November 15th to May 1st. Strict adherence to environmental protection, wildlife protection, noise control, archaeological protection, and safety requirements is mandated. Davis Bacon wage rates apply.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 237310, Highway, Street, and Bridge Construction (Small Business Size Standard: $45M)
- Period of Performance: 472 calendar days after receipt of Notice to Proceed.
- Set-Aside: Total Small Business
- Estimated Magnitude: $5,000,000 to $10,000,000
Submission & Evaluation
- Proposal Due Date: April 13, 2026, at 3:00 PM local time.
- Submission Method: Electronically via email to Molly Lynam at molly_lynam@nps.gov. Proposals must be in PDF format, with Volume I (Non-Price Proposal) and Volume II (Price Proposal) as separate attachments.
- Questions: Must be submitted in writing to Molly Lynam no later than ten (10) calendar days prior to the offer due date.
- Evaluation Factors: Technical (Past Performance, Project Experience, Key Personnel Experience, Schedule, Safety) and Price. Non-price factors are listed in descending order of importance and are collectively equally important to price. A tradeoff analysis will be conducted.
- Eligibility: Offerors must be registered and have an "active" status in the System for Award Management (SAM). Performance bonds, payment bonds, and an offer guarantee are required.
Additional Notes
A site visit was held on December 10, 2025; no further site visits are scheduled. Bidders must utilize the provided Bid Schedule (Attachment 9) for pricing and the Past Performance Questionnaire (Attachment 7) and Project Experience Form (Attachment 8) for technical submissions.