Z--GRTE MORMON ROW LANDSCAPE REHAB Mormon Row Cultural Landscape Improvements - Ph
Presolicitation from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: WY. Response deadline: Feb 27, 2026. Industry: NAICS 237310 • PSC Z2LZ.
Market snapshot
Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 237310
Description
Previously posted as Notice ID DOIFBO250031
The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the SAM.gov website. The entire solicitation package will be available in Adobe PDF. Paper copies of the solicitation when issued will not be made available.
Vendors can search for opportunities and award history on SAM.gov without registering. The SAM.gov website has an Interested Vendors List and a Watch list where you can add your company's interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are asked to register for this project at the website to ensure they are notified of amendments and other changes to the synopsis or solicitation documents.
This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.
The System for Award Management (SAM) is an on-line Internet system. Using SAM, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site benefits the contractor by allowing them to maintain an accurate and complete record. The SAM site can be found by going to http://www.sam.gov. If you need technical assistance with SAM.gov, go to the SAM Home Page and click on the Help link.
You are required to have a UEI number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government.
Solicitation Proposed Issue Date: Estimated issuance on or after February 23, 2026.
Title of Project: Grand Teton National Park (GRTE) Mormon Row Cultural Landscape Improvements - Phase IV - PMIS 228830
Description: Project work consists of providing all labor, materials, tools and other equipment necessary to complete the Grand Teton National Park Mormon Row Cultural Landscape Improvements - Phase IV - PMIS 228830. Additional information is provided in the solicitation, specifications, supporting documents and other pertinent attachments.
Mormon Row is a significant cultural landscape located roughly 2 miles east of Moose, WY that attracts park visitors for its historic resources and spectacular mountain views. In 2026, construction at Mormon Row will focus on landscape repairs and improvements designed to enhance visitor access, safety, and understanding of this historic site. Work will involve repairing and resurfacing trails and viewing areas to meet ABA accessibility standards, installing clear wayfinding and interpretive signage, and constructing a new off-street parking area for approximately 50 cars on nearly 2 acres. Work will also involve new and improved pedestrian pathways, raised road crosswalk, fencing, vault toilets and site furnishings to better manage visitor access and their activities. All work will be completed with sensitivity to the historic character of the Mormon Row Historic District and in compliance with preservation and environmental standards. Mormon Row Road will remain open to visitors during this construction so work tasks along the nearly ¾ mile work corridor must be thoughtfully sequenced to support public access.
Location of Work: Grand Teton National Park, Teton County, Wyoming, USA
Type of Procurement: A negotiated firm-fixed contract will be awarded in response to the solicitation. The government will consider an offeror's technical capability in comparison to its price.
Project Magnitude: Between $1,000,000 and $5,000,000
Time for contract completion: The period of performance will start on approximately 1 June 2026 and be completed by approximately 30 November 2026.
This procurement is being solicited as Service-Disabled Veteran-Owned Small Business (SDVOSB) - Set-Aside. The small business size standard for NAICS 237310 is $45 million.
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.