Theodore Roosevelt NP-Restripe Roads
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) is soliciting proposals for a Firm Fixed-Price construction contract to restripe park roads, install four speed humps, and apply crack sealants (option) at Theodore Roosevelt National Park, South Unit, Medora, ND. This project aims to maintain road conditions in anticipation of increased visitation for the Grand Opening of the Theodore Roosevelt Presidential Library and the 250th Anniversary of the American Revolution. This is a Total Small Business Set-Aside. Offers are due by April 1, 2026, at 1300 local time.
Scope of Work
The contractor will be responsible for providing all labor, equipment, and materials for:
- Pavement Markings: Cyclical renewal of all existing pavement markings on East River Road, National Park Scenic Road, Cottonwood Campground, and Second Avenue. This includes double yellow solid lane striping, white fog lines, yellow/white dashed passing zones, parking stalls, and ADA parking markings. Pavement striping must be applied at 15-mil wet / 8-mil dry thickness.
- Speed Humps: Construction of four (4) asphalt speed humps at two (2) locations within the park.
- Crack Sealant (Option): Application of crack sealant on approximately 28.5 miles of two-lane public park road, subject to available funding.
- Exclusions: Work is excluded from mile markers 6.5 – 12.5 (under warranty), the Visitor Center Parking Lot, and Staff Parking Areas at 201 East River Road.
Contract Details
- Contract Type: Firm Fixed Price, construction.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237310 (Highway, Street, and Bridge Construction) with a $45 million size standard.
- Period of Performance: 45 calendar days after receipt of Notice to Proceed.
- Anticipated Start: Late April/early May 2026.
- Anticipated Completion: Prior to June 24th, 2026. A planned break in performance is scheduled from June 29th through July 10th, 2026, if needed.
- Bonds: A 20% bid guarantee is required. Payment and Performance bonds of 100% of the final contract award amount are also required.
- Wage Rates: Wage Rate Requirements (Davis Bacon Act) are incorporated (Attachment 4).
Submission & Evaluation
- Solicitation Number: 140P6326Q0008.
- Offer Due Date: April 1, 2026, by 1300 local time.
- Submission Method: Quotes must be submitted electronically via email to joan_brzezinski@ios.doi.gov.
- Questions Due: No later than March 23, 2026.
- Evaluation: Simplified Acquisition procedures (FAR Part 13) will be used. The government will evaluate quotations based on technical capability/experience and price, seeking the best value.
- Eligibility: Offerors must have a UEI number and be registered and active in SAM.gov with current online Representations and Certifications.
- Site Visit: A pre-site visit inspection will not be conducted.
Contact Information
- Primary Contact: Brzezinski, Joan (joan_brzezinski@ios.doi.gov, 605-574-0515).