Y--VOYA 335009 N191 REHAB RAINY AND ASH
Presolicitation from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Apr 17, 2026. Industry: NAICS 237310 • PSC Y1LB.
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 237310
Description
To: General Public via SAM.gov
From: National Park Service (NPS), Denver Service Center (DSC), Contracting Services (CS) Division
Subject: Pre-Solicitation Notice (PSN) ¿ Request for Proposal (RFP) 140P2026R0045
Reference: N191 VOYA 335009 Rehab Rainy & Ash Construction Project
This pre-solicitation announcement is to advise the Industry that NPS DSC intends on issuing an RFP Solicitation for the Construction Services described below, in support of the above referenced project requirement at Voyageurs National Park located near International Falls, Minnesota.
This PSN is not a formal Solicitation in itself, but rather a Synopsis of forthcoming RFP 140P2026R0045 Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after April 2026.
General Project Description and Scope:
This project is located at Voyageurs National Park near International falls, Minnesota. Work to be performed under this Construction Services project requirement includes:
1. Mill and overlaying approximately 4.86 miles of roadway at Rainy Lake and Ash River
Road including edge line treatment and associated striping.
2. Removal and replacement of asphalt parking and restriping of 2 parking lots, including
ABA compliant parking and signage.
3. Mill and overlaying 6 parking lots including ABA compliant parking and signage.
4. Removal and replacement of approximately 1,200 square feet of concrete walkway.
North American Industry Classification System (NAICS) Code for this requirement is: 237310 ¿ Highway Street and Bridge Construction
Set-Aside: Small Business - Set-Aside
Size Standard: $45 Million.
Product Service Code (PSC): Y1LB ¿ construction of Highways, Roads, Bridges and Railways
Magnitude of Construction: $5 Million - $10 Million
Anticipated Period of Performance: 195 calendar-days from Notice to Proceed (NTP).
Contract-Type Vehicle: Firm-Fixed-Price (FFP)
Bonding: Bid, Performance and Payment Bonds will be required.
Additional Information: RFP 140P2026R0045 will be issued electronically via the System for Award Management website (https://sam.gov). Specific instructions on submitting Proposals will be contained in the formal Solicitation documents, which is anticipated is not known at this time. Documents will be made available for download purposes in Microsoft Word, Microsoft Excel, Adobe PDF, and/or HTML formats; Specifications available in Adobe PDF; and Drawings available in Adobe PDF. Paper Copies of the referenced documents will not be made available.
Prospective offerors desiring to conduct business with the NPS DSC are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov, and required to have a UEI number in order to conduct business with the Federal Government. The SAM.gov website has a ¿Contract Opportunities¿ area and ¿Watchlist¿ option, where you can add your company¿s interest. Registering provides the opportunity to receive notifications, which is a tool of convenience only; and does not serve as a guarantee of notification. Interested Parties are required to visit the SAM.gov website periodically to check for Amendments and other changes to the Synopsis or Solicitation documents.
The NPS DSC anticipates a Pre-Proposal Conference and Site Visit, with the option to attend virtually, after issuance of the formal RFP Solicitation and prior to the Proposal Due Date.
Federal Acquisition Regulations (FAR) Procedures: FAR Part 15 ¿ ¿Contracting by Negotiation,¿ and FAR Part 36 ¿ ¿Construction and Architect-Engineer Contracts,¿ in conjunction with FAR 6.203 and FAR 19.502-2. Award shall be made to the responsible Offeror whose offer conforms to requirements and represents the Best Value to the Government, considering Technical, Past Performance, and Price factors. Evaluation of interested firms will be based on the following in the Solicitation:
Trade-off: The basis of award will utilize the best value continuum ¿ Trade-off process in accordance with FAR 15.101-1 to result in an award to the responsible Offeror pursuant to FAR 9.1. The technical/non-price evaluation factors are listed below, all evaluation factors other than price, when combined, are significantly more important than price.
1. Project Schedule
2. Project Experience and Key Personnel
3. Management approach
4. Past Performance
All inquiries and questions shall be submitted in writing; no verbal questions will be accepted.
NPS DSC CS Division Point-of-Contact:
Contracting Officer, Rachel Dyer ¿ Rachel_dyer@ios.doi.gov
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.