Date: 04/21/2026
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: APPA 334932 Rehabilitate Trail Sections n New England
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: 541720
Small Business Size Standard: $28 Million
Solicitation: The NPS anticipates issuing a request for proposals in the Summer of 2026.
Bonding: The NPS anticipates bid, performance and payment bonds will be required.
Project Description:
Appalachian Trail National Scenic Trail (APPA), a unit of the National Park Service (NPS), and the Northeast Archeological Resources Program (NARP) is seeking a professional service provider (Contractor) to conduct an archeological shovel test pit (STP) survey over a projected Area of Potential Effect (APE) including, one (1) linear transect and thirty-one (31) unique locations spread across three (3) states. Most of the locations require only a single STP, or tests of specific features, however eight (8) locations will require clearing a 100 foot transect to either side of the bridge landings. One campsite area will require approximately 9 STPs. Additionally, one trail relocation will require approximately 62 STPs. A total of approximately 207 STPs are expected.
This contract will provide archeological compliance for a project that will rehabilitate and repair numerous critical facilities located along the Appalachian National Scenic Trail (A.T.) in three (3) New England states. It will include a variety of work activities to correct deficiencies associated with trail-related assets including but not limited to trail tread, parking areas, maintained landscapes, trail shelters, bridges, privies, campsites, park boundaries, and water wells. These corrective actions will help address impacts to visitor safety, water quality, erosion, accessibility, boundary protection, and trail structures through multiple cooperative partnerships among the NPS, Appalachian Trail Conservancy, US Forest Service, and local A.T. Clubs. This project will also remove redundant assets and bring facilities into compliance with accessibility standards, building codes, environmental regulations, and best management practices.
The area to be surveyed consists of campgrounds, forested pathways, and includes campground buildings, bridge abutments, and sections of trail. The full execution of the testing portion of this contract will consist of two hundred and seven (207) STPs.
In addition to the fieldwork tasks, specific services required under this scope of services include the completion of artifact processing, analysis, curation, and cataloging and the preparation of draft and final technical reports and associated data.
All work must be performed to relevant Department of the Interior/National Park Service guidelines and the appropriate State Archaeologist¿s guidelines for Archeological Investigations in line with the state where work is being completed.
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 Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Businesses (VOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Woman Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB). 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.
(6) UEI # -
Submittal Due Date/Time: 9:00am Mountain Time, May 6, 2026.
Submit To: Contracting Officer, Rachel Dyer, Rachel_dyer@ios.doi.gov.