Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2025 SAM #8620
SOLICITATION NOTICE

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

Notice Date
7/1/2025 10:31:59 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
PWR PORE MABO (84000) POINT REYES STATION CA 94956 USA
 
ZIP Code
94956
 
Solicitation Number
140P8425R0003
 
Response Due
8/15/2025 3:00:00 PM
 
Archive Date
08/30/2025
 
Point of Contact
Gardner, Alanna, Phone: 415-858-9668
 
E-Mail Address
alanna_gardner@nps.gov
(alanna_gardner@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78cbb12386ac4e7894de5d0014e2f11a/view)
 
Place of Performance
Address: Shasta and Tehama Counties,, CA, USA
Country: USA
 
Record
SN07495478-F 20250703/250701230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.