Skip to content
Department of the Interior

Y--GATE 213019 - Jacob Riis Parking Lot

Solicitation: 140P2026R0038
Notice ID: 6d76f84e205146c59b859abda509a5ce
TypeSources SoughtNAICS 237310PSCY1LBSet-AsideSBADepartmentDepartment of the InteriorAgencyNational Park ServicePostedFeb 03, 2026, 12:00 AM UTCDueFeb 18, 2026, 10:00 PM UTCExpired

Sources Sought from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 18, 2026. Industry: NAICS 237310 • PSC Y1LB.

Market snapshot

Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.

12-month awarded value
$421,921,577
Sector total $33,071,130,462 • Share 1.3%
Live
Median
$3,511,625
P10–P90
$249,776$21,830,563
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($421,921,577)
Deal sizing
$3,511,625 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Denver, CO • 80225 USA

Point of Contact

Name
Dyer, Rachel
Email
rachel_dyer@nps.gov
Phone
0000000000

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
NATIONAL PARK SERVICE
Subagency
DSC CONTRACTING SERVICES DIVISION
Office
Not available
Contracting Office Address
Denver, CO
80225 USA

More in NAICS 237310

Description

This is a Sources Sought Notice (SSN) for the purpose of conducting market research. Proposals are NOT being requested, nor accepted at this time. Responses are being requested from both large and small businesses.

Purpose: The purpose of this notice is to gain knowledge regarding the type of interested businesses and their qualifications. The National Park Service (NPS) will use information obtained through this notice to develop an acquisition strategy.

The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a small business or other socio-economical small business set-aside for the solicitation. Analysis of the quality of responses to this source sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement.

Additional Information: No proposal package, solicitation, specification or drawings are available with this notice.

Cost Reimbursement: Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests.

North American Industry Classification System (NAICS) code: 237310 ¿ Highway Street and Bridge Construction

Small Business Size Standard: $45 Million

Solicitation: The NPS anticipates issuing a request for proposals in the Summer/Fall of 2026.

Bonding: The NPS anticipates bid, performance and payment bonds will be required.




Project Description:

Project Conditions:
The project is located at Gateway National Recreation area in New York.

This project is located at Jacob Riis Park within Gateway National Recreation Area in the state of New York. Jacob Riis Park is part of the Jamaica Bay Unit located on the Rockaway Peninsula south of Jamaica Bay, between Fort Tilden and Neponsit. Jacob Riis Park is located south of New York City, south of Floyd Bennett Field, on Beach Channel Drive.Starting from John F. Kennedy Airport, the project location is about 10 miles south on Belt Parkway and 3.2 miles south on Flatbush Avenue just across the Marine Parkway Bridge.

Project Scope:
Work to be performed under this construction project includes:
The primary objective of this project will rehabilitate the front entry to the Jacob Riis Parking Lot. The updates will increase visitor experience, improve safety, and simplify management of the area. The work to be done will be in accordance with the Secretary of the Interior¿s Standards for the Treatment of Historic Properties. Work for this project consists of:

a. The demolition of vehicular pavements, site fencing, existing signage, bollards and
barriers.

b. Front Entry Rehabilitation ¿ Re-configuration of the vehicle entry que. New vehicular pavement, automated fee collection infrastructure, and striping.

c. The RAZING of parking lot staff building (Building 609).

d. Constructing electrical and telecommunications utilities to service new automated
fee collection system.

e. The installation of new anti climb site fencing.

f. Reconfigured layout of pavement striping for parking lot pedestrian and vehicular
circulation.

g. ABA accessible parking stalls& accessible pedestrian walks towards the beach from
the parking lot.

h. The installation of wayfinding signage updates for the entirety of the parking lot. Parking lot lighting updates around the new pay stations and updates to existing parking lot light poles to optimize the lighting for the parking lot.

Submittal Contents: Interested (small and large) businesses should submit the following information:
(1) Company name, UEI number, address, point of contact, telephone number, and email address.
(2) Business type: Classification as a Large or Small Business under the above listed NAICS, Small Business Administration (SBA) certified Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Businesses (VOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Woman Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB). The size of a small business firm includes all parents, subsidiaries, affiliates, etc.¿see 13 CFR 121.108.) Misrepresentation of size status can result in penalties.
(3) Statement regarding your company¿s bonding capacity. Letters from bonding companies are not required at this time.
(4) Information demonstrating experience and capability on projects of same or similar size, scope and magnitude, and constructed under similar conditions.

(5) In addition businesses may submit existing marketing materials such as capability statements and brochures.

Submittal Due Date/Time: Wednesday, February 18, 2026, no later than 3:00pm MT.

Submit To: Please send all documents to the Contracting Officer, Rachel Dyer at Rachel_dyer@NPS.GOV.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.