Z--GRPO - Mile Creek Stone Trail Bridge


Subject: Z--GRPO - Mile Creek Stone Trail Bridge
Solicitation Number: 140P6026B0005
Notice Type: SRCSGT
NAICS: 237310
Set-Aside: Total Small Business
Notice Published: 04-27-26
Response Due: 05-04-26

Agency: Department of the Interior
Office: NATIONAL PARK SERVICE
Contact: Parizek, Bridget This email address is being protected from spambots. You need JavaScript enabled to view it. Ph: (402) 800-7927 Fax: (580) 622-2296
Office Address: OMAHA, NE 68102
Place of Performance: 170 Mile Creek Road PO Box 426, Grand Portage, MN 55605

Related Notices:
        05-05-26 PRESOL


Click for official SAM (FBO) notice, additional information, and accompanying attachments

GRPO - Mile Creek Stone Trail Bridge SOURCES SOUGHT (MARKET SURVEY): The National Park Service (NPS) is conducting a market survey to determine the interest and capability of contractors for a possible upcoming project. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy determination based on the results of this market survey. Prime contractors interested in working at Grand Portage National Monument the work will consist of: Work consists of enhancing pedestrian access over Grand Portage Creek via the historic Mile Creek Stone Bridge to a newly defined parking area at the intersection of Pines Road and the abandoned Mile Creek Road, adjacent to the Pines Picnic area, as well as improving vehicular safety by removing the abandoned roadway pavement at the intersection of Pines Road and the newly realigned Mile Creek Road. This project includes sawcut full depth and removal of approximately 4,472 SF of existing asphalt pavement and aggregate subbase, conduct approximately 9,081 SF milling of existing asphalt at 2" depth that includes haul-off and disposal/recycling of millings. Remove approximately 3,606 SF of aggregate shoulders adjacent to existing pavement. Improvements include approximately 100 CY of imported topsoil, 1,068 LF of silt fence installed and removed, 820 SY of erosion control blankets, 9,081 SF of 2" depth asphalt overlay, 1,025 SF of 4" depth asphalt pavement wearing course, 700 SF of 6" depth aggregate subbase, 700 SF of filter fabric, 700 SF of scarifying and recompacting subgrade at 6" depth, 1 ABA accessible parking sign within 8" diameter bollard, 9 concrete wheel stops, 706 LF of permanent painted pavement lines, 1 ABA permanent painted parking symbol, and 9 permanent painted pavement letters at 12" height. We anticipate that work would begin in late Summer/Fall 2026. The NAICS code for this project is 237310, Highway, Street, and Bridge Construction, with a small business size standard of $45M. The Magnitude of Construction anticipated is between $100,000 and $250,000. Interested contractors should also consider their construction bonding capacities when responding. Contractor must be registered as a small business under the listed socio-economic categories in SAM (System for Award Management) under NAICS code 237310 to be considered/confirmed. Interested firms must submit the attached Market Research Sources Sought Survey. This market research is being conducted to acquire additional information about potential contractors that may be interested in performing this work. This is not an invitation for bid (IFB) and does not constitute any commitment by the Government to issue any solicitation. All interested firms must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on SAM.gov. All responses must be submitted via email not later than 1200 CT, May 4, 2026. Email address: This email address is being protected from spambots. You need JavaScript enabled to view it.. Include the reference number (140P6026B0005) in the subject line.