In Reply Refer to:
D5215 (DSC-CS)
ZION 240182
To: General Public (Via the Government¿s Point Entry)
From: Rachel Dyer, Contracting Officer, National Park Service, Denver Service Center
Subject: Sources Sought Notice
Reference: ZION 240182, South Entrance and Visitor Center Road Rehabilitation ¿ Phase I, Zion National Park
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 ¿ Highway, Street, and Bridge Construction
Small Business Size Standard: $45,000,000.00
Solicitation: The NPS anticipates issuing a request for proposal in the Fall of 2025.
Bonding: The NPS anticipates bid, performance and payment bonds will be required.
Project Description:
The project location is accessed through Springdale, Utah at the south entrance of Zion National Park. Phase I covered under this project will focus on roadway realignment between the Virgin River and the existing Zion shuttle maintenance building.
This project will realign Visitor Center Road, install multiple roundabouts, reconfigure multiple parking lots to improve vehicular and pedestrian mobility through the project site.
Project Conditions:
¿ The project is located at Zion National Park, Utah with closest project access site via Springdale, Utah.
¿ The construction cost magnitude is between than $5-10M.
¿ The construction sites are closest to Springdale, UT which is directly adjacent to the park entrace. La Verkin and Huricane, UT are approximately 40 minutes from the park entrance. Traffic during peak visitation is common during morning hours which visitors entering the park, contractor should plan accordingly.
¿ Lodging or camping facilities are not available within the park.
¿ No project area(s) can be fully closed during construction. One lane closures with maximum 15 minute delay will be required for this project. Visitor, shuttle bus traffic, and pedestrians must be permitted to move through the site. It is anticipated that temporary bypasses will be utilized to maintain traffic flow during construction.
¿ The site requires protective measures to ensure the surrounding area remains undisturbed.
¿ There are sensitive resource areas that will require mitigations to protect during construction. Daily work schedule will be required for all work occurring within archeologically sensitive areas. The Daily work schedule shall include:
¿ Starting and ending dates of ground-disturbing construction.
¿ Types of construction, such as clearing, topsoil stripping, structure or trench excavation, landscaping, and post construction cleanup.
¿ Methods and equipment used for each typer of construction.
¿ Plan for relocating work in the event of temporary work stoppages at each archeologically sensitive area.
¿ The anticipated period of performance is 10 months, including any potential weather delays, winter shutdown, and holidays.
¿ Natural Hazards:
o The project is located in a national park with an abundance of wildlife including, but not limited to venomous snakes, deer, various bird species, etc.
o The project area may contain irritating and poisonous plants including, but not to poison ivy.
o Temperature ranges can be dramatic during the construction window ranging from 20F to 100F.
Project Scope:
¿ Installation of roadways within the project limits, including earthwork, grading, base course, and surfacing. Installation of a roundabout at the entrance to the Visitor Center at Visitor Center Road.
¿ Installation of signs and striping throughout the project site.
¿ Installation of drainage infrastructure to accommodate surface flows throughout the site. The infrastructure includes underground culverts in addition to ditches and swales.
¿ Installation of landscaping treatments of impacted areas, including restoration areas of existing hardscaped/paved features to be abandoned.
¿ Reconstruction of utilities (water, sanitary, electric, communications) to accommodate the infrastructure identified in this section.
¿ Work shall be conducted in 4 phases in the following order, with each phase substantially complete before beginning the subsequent phase:
o Phase 1: Phase 1 shall consist of the construction the new roadway, roundabout, parking lot, and trail elements that can be constructed outside of the existing roadway and parking lot network.
o Phase 2: Phase 2 shall consist of the construction of the connecting pieces of the roadway network crossing the existing roadway network, phased in such a way to maintain access to the Visitor Center parking lot, Watchman Campground, the shuttle bus charging and parking lot, the employee parking lot, and the oversized vehicle lot.
o Phase 3: Phase 3 shall consist of the construction of the northern half of the oversized vehicle lot and the eastern half of the employee parking lot. Phase 3 work can occur concurrent with Phase 1, 2, and 4 work, assuming visitor, bus, and employee access is maintained throughout the site.
o Phase 4: Phase 4 shall consist of the construction of the southern half of the oversized vehicle lot and the western half of the employee parking lot. Phase 4 work can occur concurrent with Phase 1, 2, and 3 work, assuming visitor, bus, and employee access is maintained throughout the site.
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
a. Historically Underutilized Business Zone (HUBZone),
b. Veteran-Owned Small Businesses (VOSB),
c. Service-Disabled Veteran-Owned Small Businesses (SDVOSB),
d. SBA certified Woman Owned Small Business (WOSB),
e. Economically Disadvantaged Woman Owned Small Business (EDWOSB),
f. 8(a)
g. Indian Small Business Economic Enterprise (ISBEE).
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.
1. Experience working in a similar environment, including:
a. Responsibility for the protection of cultural and natural resources.
b. Experience with dewatering and placing scour countermeasures.
c. Experience with bridge preservation including hydrodemolition, approach repair, and Top-down construction.
(5)In addition businesses may submit existing marketing materials such as capability statements and brochures.
Submittal Due Date/Time: 2pm Mountain Time, 17 June 2025. Electronic submissions will only be accepted.
Submit To: Contracting Officer, Rachel Dyer, Rachel_dyer@nps.gov