HAFE 242454, Pavement Preservation Project
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 a Small Business Set Aside 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 Million
Solicitation: The NPS anticipates issuing a request for proposals in late Summer and/or Fall of 2026.
Bonding: Performance and payment bonds will be required.
Project Description:
The project is located at Harpers Ferry National Historical Park – West Virginia.
The construction magnitude is $1M to $5M.
The surrounding area is rural with limited staging located within each parking area. The Pavement Preservation construction sites are located within Park facilities within the West Virginia Area area of the Park.
The Park will remain open during construction, thus contract activities and logistics must be structured to 1 lane maximum closures and scheduled to minimize visitor impact (9:00am to 3:30pm). Seasonal closures will be implemented.
The site requires protective measures to ensure the surrounding area remains undisturbed. The anticipated period of performance of 140 calendar days and including potential weather related no work days.
Project Scope:
Scope of Service requirements include furnishing all necessary management, supervision, labor, equipment, materials, transportation, supplies, technical expertise, and any other incidental services supporting road and bridge preservation and maintenance construction services to the HAFE - National Park Service.
Additionally, the scope include mobilization, contractor quality control, traffic control, fabrication and/or delivery of individual elements or temporary works, earthwork, asphalt and concrete repair and surfacing, drainage improvements, tree protection, as well as the following:
Roadway Preservation, Preventive Maintenance, Repair, and Safety Activities – including but not limited to:
o Asphalt Pavement Preservation (Street Sweeping, Crack Sealing, Chip Sealing, Surface Sealing, and Deep Patching) on Roadways
o Pavement Marking Removal/Installation (Longitudinal Markings, Transverse Markings, Symbols, etc)
Specialty Trades:
The Contractor will be capable of furnishing the necessary expertise related to the work and comply with all applicable Federal, State, and Local requirements in the performance of work.
Submittal Contents: Interested Small 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. 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.
(5) In addition businesses may submit existing marketing materials such as capability statements and brochures.
Submittal Due Date/Time: Thursday, May 8, 2026 via email, no later than 9am MT.
Submit To: Contracting Officer, Rachel Dyer at Rachel_dyer@ios.doi.gov