GRTE REPLACE HIGHLANDS W&WW
Solicitation from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: WY. Response deadline: Apr 27, 2026. Industry: NAICS 237110 • PSC Z2NE.
Market snapshot
Awarded-market signal for NAICS 237110 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 12 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 237110
Description
PROJECT DESCRIPTION: Project work consists of providing all labor, materials, tools and other equipment necessary to complete Grand Teton National Park (GRTE) Replace Highlands Water and Wastewater Systems - PMIS 249645, 330091. Additional information is provided in the solicitation, specifications, supporting documents and other pertinent attachments.
This project involves replacing the water and wastewater systems at the Highlands Historic District, located 5 miles north of Moose. Work includes extending the existing Moose water transmission line to Highlands, trenching across Cottonwood Creek using diversion and dewatering methods, replacing the internal water distribution system, and abandoning the existing well and infrastructure. The wastewater system replacement includes a new lift station, septic tank, leach field, and collection piping, with the old system decommissioned and abandoned in place. Construction will disturb approximately 2.5 acres within a 4-acre project area, with staging onsite and at Beaver Creek boneyard. Standard civil equipment will be used, and revegetation will be coordinated with park staff.
Specifications and other supporting documents are attached and incorporated herein. Refer to SECTION J.
SET-ASIDE TYPE: This procurement is being solicited as a Women-Owned Small Business (WOSB) - Set-Aside.
NAICS CODE: 237110, Water and Sewer Line and Related Structures Construction with a small business size standard of $45M.
MAGNITUDE: In accordance with FAR 36.204, the project magnitude is estimated to be between $1,000,000 and $5,000,000.
DURATION: See FAR 52.211-10.
SITE VISIT: See FAR 52.236-27 for additional information.
WAGE RATES: Davis Bacon wage rates apply and are included as part of this solicitation package.
SYSTEM FOR AWARD MANAGEMENT (SAM): The successful offeror must be registered in SAM and have current online Representations and Certifications. Please access http://www.sam.gov to update your records prior to submitting final offer.
INSTRUCTIONS FOR SUBMITTING OFFER: Refer to Section L and M. The contractor agrees that they will follow the plans and specifications provided. Offers must be provided electronically.
QUESTIONS: Any questions regarding this solicitation shall be submitted in writing to Molly Lynam, Contract Specialist, at molly_lynam@ios.doi.gov no later than ten (10) calendar days prior to the offer due date.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.