Skip to content
Department of the Interior

Z--NACE 332129 Suitland parkway Trail Phase 1

Solicitation: 140P2026R0040
Notice ID: a9429a36516842949c2afdb3fa525c77
TypeSources SoughtNAICS 237310PSCZ2LBDepartmentDepartment of the InteriorAgencyNational Park ServicePostedFeb 10, 2026, 12:00 AM UTCDueMar 03, 2026, 07:00 PM UTCCloses in 9 days

Sources Sought from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 03, 2026. Industry: NAICS 237310 • PSC Z2LB.

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

Date: 02/10/2025
To: SAM Federal Business Opportunities
From: Rachel Dyer, Contracting Officer, National Park Service, Denver Service Center
Subject: Sources Sought Notice
Reference: NACE 332129 – Suitland parkway Trail Phase 1

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

Small Business Size Standard: $45,000,000.00

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

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

Project Description: The project includes a 10-foot wide, 0.4-mile extension of the Suitland trail to improve nonmotorized visitor access and safety from the current trail terminus close to Southern Avenue to the Naylor Road Metro station. The asphalt trail along Suitland Parkway is generally 10 feet from the edge or the road with a vehicular guard rail between the trail and the road. Along Naylor Road the trail will be concrete and is located on the back of curb with a guard rail between the walk and the slope down to the stream. Under Southern Avenue SE, the trail will be split into an 8-foot-wide path with a stone guardwall at the edge of the road and a 5-foot-wide toe-walk to the north of the bridge columns. The District of Columbia welcome sign will be shifted away from the road to connect the proposed trail to the existing multi-use trail. Drainage is updated to allow water to flow under the trail through a series of curb inlets and bridging slabs. Compensatory stormwater management facilities will be constructed withing the on-and-off ramps for Branch Avenue and Suitland Parkway.

Suitland Parkway and Naylor intersection Improvements include the removal of the right-turn slip lanes and refuge islands, reconfiguration of high visibility crosswalks, intersection lighting improvements, passive pedestrian detection, signal phasing alternatives requiring new signal equipment, and context-sensitive pedestrian channelization elements. Prepare to Stop Advanced Warning Beacons are added on the west and east bound lanes approximate 1500 feet from the Naylor intersection. The project will require maintenance of traffic to ensure that access can be complete while allowing vehicular and pedestrian circulation.

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.
(6) UEI Number Only

Submittal Due Date/Time: Noon Mountain Time, March 3, 2026

Submit To: 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.