Opportunity
SAM #140P4226R0015
Sole Source Emergency Pothole Repair Services for National Park Service NCR
Buyer
DOI Northeast Regional Contracting
Posted
April 09, 2026
Respond By
April 13, 2026
Identifier
140P4226R0015
NAICS
237310
This opportunity is for urgent pothole repair services across National Park Service sites in the National Capital Region, supporting the America 250 Celebration and a White House mandate. - Sole source contract to Patch Management, Inc. for emergency pothole patching - Services require specialized self-contained spray injection patching equipment - Equipment must provide high-pressure air cleaning, metered asphalt emulsion delivery, and high-velocity aggregate injection - Work must minimize traffic disruption and be completed before July 4, 2026 - Reserved for Total Small Business Concerns under NAICS 237310 (Highway, Street, and Bridge Construction) - No specific part numbers or product quantities; focus is on service delivery - Patch Management, Inc. is the only OEM/vendor identified - Place of performance: multiple National Park Service sites in the National Capital Region (Washington, DC area) - Contracting office: Northeast Regional Contracting, Philadelphia, PA - Period of performance: May 1, 2026 – July 4, 2026, with preparation in April and less critical repairs in June
Description
The Department of the Interior (DOI) - Critical Acquisition Response Team (CART) on behalf of the National Park Service (NPS) - National Capital Region (NCR) - has an urgent requirement to patch/repair potholes along multiple roadways, across multiple NPS sites in NCR before the America 250 Celebration and intends to award a contract on a sole source basis to Patch Management, Inc.A determination not to compete this proposed contract was made pursuant to the Revolutionary Federal Acquisition Regulation (FAR) 12.102 (a), "For acquisitions valued at or below the simplified acquisition threshold (SAT), document the decision that only one source is available and the basis for the decision."The repair of the potholes is being mandated by the White House and requires timely completion to support Executive Order 14252, Making the District of Columbia Safe and Beautiful, and supported by Sole Source Justification.Patch Management, Inc., has been identified through Market Research as the only vendor that can provide specialized self-contained spray injection patching equipment that is capable of high-pressure air cleaning, metered asphalt emulsion delivery, high-velocity asphalt emulsion, and aggregate injections that is required to reduce the impact on traffic in the District of Columbia (DC) and greater DC area.Further Patch Management, Inc. has been found to be the only contractor that can meet the tight schedule of having the work completed by May 1, 2026, for the America 250 Celebrations events that are scheduled to begin after this time.This procurement is being conducted under the Simplified Procedures that is now under the Revolutionary FAR Part 12, which now includes Construction per 2.101 - definitions; and only one source (Patch Management, Inc.) has been determined to be capable of providing services with the right type of equipment and within the tight times that are required. The Government intends to use Revolutionary FAR Part 12 in combinations with the old FAR Part 13 and FAR 36, because the Revolutionary FAR is not clear on how to address construction under FAR Part 12. This requirement is reserved exclusively for only Total Small Business Concerns, as encouraged by FAR 19.202-4 (a), FAR 19.203-4 (e) and 19.501, and will be awarded under the North American Industry Classification System (NAICS) Code: 237310 - Highway, Street and Bridge Construction with a $19 Million Size Standard.This notice of intent is NOT a formal solicitation or request for competitive proposals. NO solicitation document is available and telephone requests will not be accepted. NO award will be made on the basis of quotations or offers received in response to this notice.Interested parties may submit their interest and capabilities no later than Monday, April 13, 2026, 0800 Mountain Time. E-mail statements will be accepted but senders are responsible for ensuring the complete transmission and timely receipt. All inquiries shall be sent via e-mail brian_mccabe@ios.doi.gov. Any party responding to this notice shall send clear, factual documentation demonstrating their capabilities to meet and resell this item to the government.The intent of this synopsis is for informational purposes only. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement for future requirements. A determination by the Government not to compete this action is based on this notice and solely within the discretion of the Government.