Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 5 PM
Solicitation
California

Z--Road and Trailhead Parking Area Striping, NPS-LAVO

Details

Solicitation ID 140P8425R0003
Posted Date 01 Jul 2025 at 5 PM
Response Date 15 Aug 2025 at 10 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Pwr Pore Mabo (84000)
Agency Department Of Interior The
Location California United states

Possible Bidders

Comsat Incorporated

Melbourne Southbury Rockville Herndon Santa paula

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Adci Of Delaware Limited Liability Company

Chevy chase Hawthorne Arlington

Sign up to access Documents

Signup now
ROAD AND TRAILHEAD PARKING AREA STRIPING, LASSEN VOLCANIC NATIONAL PARK, TEHAMA AND SHASTA COUNTIES, CALIFORNIA.

The National Park Service (NPS) at Lassen Volcanic National Park has a requirement for Road and Trailhead Parking Area Striping on approximately 32 miles of the main park highway and lake access roads, and twenty (20) other visitor destination area parking lots within the boundaries of Lassen Volcanic National Park, including the Southwest Entrance, Sulfur Works, Bumpass Hell, Lassen Peak, Kings Creek, Summit Lake Campgrounds, and the Loomis Plaza. Project work shall occur in Tehama and Shasta Counties, California. Due to extreme winter weather at this park location, work must be performed seasonally during July and October. Striping shall consist of 6" Solid Double Yellow Reflectorized (Type B) Striping with 3" Center Black Line applications, and 6" White Edge Lines (fog lines), stop bars, directional arrows, symbols, etc., per the Project Specifications. The Contractor shall provide all supervision, labor, equipment, testing, and supplies necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation, once issued. All work shall be performed in accordance with local, state, and federal laws.

Per FAR 36.204 the project range is estimated to be between $250,000 and $500,000.

The North American Industry Classification System (NAICS) Code for this requirement is 237310, with a corresponding size standard of $45 million in annual gross receipts for the past three years.

This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered.

The Request for Proposal (RFP) will be available on/about July 17, 2025, by electronic means only and can be downloaded along with all related attachments from the Contracting Opportunities website at www.sam.gov. The RFP will close 30 days from the actual date of issuance. The offeror is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP.

The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a Best Value determination made after consideration of price and factors other than price (project experience and past performance) as listed in the Request for Proposal.

An organized site visit will be scheduled. While not mandatory, offerors are urged and expected to inspect the site where the work will be performed. See Section L of the RFP (when issued) for more information regarding the date, time, and location of the site visit.

Similar Opportunities

Sacramento California 26 Jul 2025 at 12 AM
Winnett Montana 28 Jul 2025 at 7 PM
Boulder Colorado 10 Jul 2025 at 6 PM
Orleans California 25 Jul 2025 at 8 PM

Similar Awards

Port angeles Washington Not Specified
Location Unknown 12 Aug 2013 at 4 PM
Gallup New mexico Not Specified
Denver Colorado Not Specified
Gatlinburg Tennessee Not Specified