Annual Barge ServicesKalaupapa National Historic
ID: 140P8225R0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR HONO MABO(82000)HONOLULU, HI, 96850, USA

NAICS

Coastal and Great Lakes Freight Transportation (483113)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for annual barge services at Kalaupapa National Historic Park in Molokai, Hawaii. The primary objective of this contract is to facilitate the transportation of supplies and waste between Honolulu and Kalaupapa, requiring the contractor to manage all aspects of logistics, including loading, unloading, and compliance with environmental regulations. This service is crucial for supporting the park's operations and the well-being of its residents, given the unique logistical challenges posed by the remote location. Interested parties must submit their proposals by May 30, 2025, and can direct inquiries to Lei Yang at lei_yang@nps.gov or by phone at 671-688-0187.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for annual barge services at Kalaupapa National Historic Park, Hawaii, effective January 1, 2025. The main objective is to facilitate the transportation of supplies and waste between Honolulu and Kalaupapa. The contract entails providing all necessary management, labor, equipment, and logistics for loading, offloading, and ensuring spill prevention during operations. Key tasks include loading operations in Honolulu, safe unloading at Kalaupapa, ensuring compliance with environmental regulations, and creating detailed stowage plans. The contractor must maintain high-quality control standards, directly communicated through progress meetings and quality assurance evaluations overseen by government representatives. The barge must meet specific operational requirements and carry various cargo, including fuel and heavy equipment while adhering to safety regulations and community access protocols. The contract duration is for one base year with four optional extensions, emphasizing the unique logistical challenges posed by Kalaupapa’s remote location. Given the park's mission to support residents and educate the public about Hansen's disease, the annual barge service is vital for park operations and residents' well-being.
    The document appears to be a detailed listing of geographical coordinates and specific designations, possibly related to monitoring or surveying activities conducted by various governmental agencies. Each entry consists of numerical identifiers, likely representing specific sites, along with associated coordinates and descriptions such as "BB BOLDERS," "ECC," "G," or "TB," which may denote their condition, type of material, or other relevant characteristics. The significant density of entries and varied terminology suggests an organized collection of data points that may serve to inform future planning, funding allocations, or resource management efforts related to environmental monitoring, infrastructure assessments, or scientific studies. The inclusion of various references to "RFPs," "federal grants," and "state/local RFPs" indicates a potential linkage to procurement processes or funding opportunities that derive from scientific assessments represented in the data. The precise purpose of these entries remains unclear without additional context, but they collectively contribute to a larger understanding of geographical or ecological considerations pertinent to governmental projects, highlighting valuation and oversight of specific areas.
    The government document outlines the Kaluanui Point survey, which involved mapping bathymetric data from the shoreline to depths of -30 meters using the SHOALS (Scanning Hydrographic Operational Airborne Lidar Survey) system. This cutting-edge technology employs an airborne laser system mounted on a deHavilland DHC-6 Twin Otter aircraft, capable of taking 400 soundings per second while operating between altitudes of 200 and 400 meters. The primary objective of the survey is to enhance the understanding of underwater topography, specifically at Kalaupapa harbor on Moloka‘i, providing crucial data to support environmental and navigational applications. Data were collected with a focus on accuracy, noted to have a horizontal position precision of +/- 3 meters and a depth accuracy of +/- 15 cm. No access restrictions apply to the data, although acknowledgment of the U.S. Army Engineer Joint Airborne Lidar Bathymetry Technical Center of Expertise is requested in derived products. The document serves a significant purpose within federal and state context for managing coastal resources and developing RFPs related to maritime navigation and ecological studies.
    The document outlines a draft proposal for repairs and upgrades to the substructure of a pier in Hawaii, emphasizing essential construction standards and repair techniques for concrete structures. Main topics include the repair of undermining damage at the low landing dock, enhancement of the breakwater, and concrete spall and crack repairs. Supporting details encompass a field survey conducted in 2009 and 2010, required dimensions for repairs, necessary materials, and installation procedures, including specifications for reinforced concrete. Key repair tasks involve cleaning and reinforcing existing structures, applying bonding agents, and utilizing approved materials for both concrete and reinforcing bars. The contractor is responsible for ensuring all works comply with the 2006 International Building Code, maintaining construction safety, and preventing debris from entering the water. The summary serves as a guideline to executing structural repair projects with a focus on safeguarding the environment and ensuring compliance with federal and local regulations during such upgrades.
    The document outlines a comprehensive inventory of equipment and materials available through various governmental RFPs, grants, and state/local proposals. It lists a diverse array of items across multiple categories, including construction supplies, household goods, electrical materials, heavy machinery, appliances, and hazardous materials. Key entries include pallets of roofing materials, tires for mowers, fuel, and various types of lumber, accompanied by specific pallet dimensions and weights. Additionally, the inventory details various vehicles, including pickup trucks and utility vans, alongside empty and full containers designated for hazardous materials and recycling efforts. This structured assemblage is essential for potential stakeholders, enabling them to assess available resources systematically for procurement or grant applications aimed at supporting local projects or initiatives. The outline aligns with government transparency and resource allocation objectives, facilitating infrastructure development and environmental management programs.
    The document outlines the rules and regulations for visitors to the Kalaupapa Settlement in Hawaii, emphasizing safety, respect for residents, and adherence to local laws. Guests must be sponsored by a resident and present photo identification at sign-in. Registration with the Department of Health is mandatory; unregistered visitors will face trespassing charges. The maximum stay is limited to seven days, with strict supervision required for all outdoor activities. Minors under sixteen are prohibited, and photography of patients is restricted without consent. There are no medical services available, and guests must bring their own food, as local dining options are nonexistent. The regulations include prohibitions on hunting, camping, and the removal of natural resources unless permitted. Visitors must dress appropriately and maintain respect for the environment, adhering to strict littering and behavior policies. Noncompliance may lead to legal consequences and suspension of visitation privileges. The overarching goal of these regulations is to honor the history and integrity of Kalaupapa as a settlement while ensuring a safe and respectful environment for both residents and visitors.
    The document outlines a Request for Proposal (RFP) for annual barge services for the National Park Service (NPS) in Hawaii, focusing on transportation of goods. The solicitation includes a detailed description of the services required, periods of performance, pricing structure, and evaluation criteria for bids. The primary factors for evaluation are technical capability (40%), past performance (30%), small business participation (15%), and cost/price (15%), emphasizing that non-cost factors hold greater weight in selection. The RFP mandates compliance with various federal clauses regarding subcontracting, labor standards, and business ethics. Offerors are required to submit proposals demonstrating understanding of the project requirements, relevant experience, and a small business subcontracting plan. The submission deadline is set for May 30, 2025, with specific information needed on proposals outlined in the provided sections. This document is integral to facilitating the government's acquisition process, ensuring compliance with federal regulations, and promoting opportunities for small businesses. Overall, it reflects the government’s systematic approach to conducting solicited contracts while maintaining transparency and accountability in the procurement process.
    Lifecycle
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for the Manele Small Boat Harbor Breakwater Repair project in Lanai, Hawaii. The project involves maintenance repairs of the rubble mound breakwater, including resetting existing stones and providing new stones as needed, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for maintaining coastal infrastructure and ensuring safe navigation in the area. Interested contractors must submit their qualifications and relevant experience by December 24, 2025, at 2:00 p.m. Hawaii Standard Time, to the designated contacts, Christie Lee and Jennifer Ko, via email.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    AMENDED Notice of Solicitation for Concession Opportunity for Traditional Bathhouse Services and Massage Therapy Services within Hot Springs National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to provide traditional bathhouse services and massage therapy services at Hot Springs National Park in Arkansas. Interested parties must submit a mandatory Notice of Intent to Propose by January 30, 2026, and electronic proposals are due by March 2, 2026, with a hardcopy of the Offeror’s Transmittal Letter required by March 9, 2026. This opportunity is significant as it supports the park's recreational offerings, enhancing visitor experiences in a historic setting. For further details, interested vendors can contact Eric Nikkel at ericnikkel@nps.gov or by phone at 402-661-1772.
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    Haleiwa Small Boat Harbor Maintenance Dredging and Revetted Mole Repair, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is seeking qualified prime contractors for a potential Design-Bid-Build construction project focused on maintenance dredging and revetted mole repair at Haleiwa Small Boat Harbor in Oahu, Hawaii. The project aims to conduct mechanical clamshell dredging to remove accumulated shoaled material and restore the harbor to its authorized depths, alongside necessary repairs to the revetted mole structure, including vegetation removal and armor layer resetting. This maintenance is crucial for ensuring safe vessel navigation within the harbor. Interested contractors must submit letters of interest and relevant experience narratives by 2:00 p.m. Hawaii Standard Time on December 24, 2025, with an estimated project value between $2 million and $5 million. For inquiries, contact Jenna Lum at jenna.k.lum@usace.army.mil or Jennifer Ko at Jennifer.I.Ko@usace.army.mil.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified contractors to provide cultural resource technical services across various locations in Hawaii, the Western Pacific, and Asia. The procurement involves a Multiple Award Contract (MAC) with an aggregate value of up to $70 million, divided into an Unrestricted Division for Japanese-funded projects and a Small Business Set-Aside (SBSA) Division for U.S.-funded projects, focusing on archaeological surveys, data recovery, and historic preservation efforts. These services are critical for supporting military initiatives, including the Guam military relocation and compliance with federal regulations regarding cultural resources. Interested parties must submit proposals by January 6, 2026, and can direct inquiries to Kylee Chun at kylee.k.chun.civ@us.navy.mil or Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil.
    SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for various fuel products, including distillates and residuals, to support Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. The procurement encompasses an ordering period from July 1, 2026, to June 30, 2029, with deliveries extending until July 31, 2029, and is structured as a fixed-price requirements contract with economic price adjustments. This opportunity is particularly significant as it includes a partial small business set-aside, allowing for competitive participation from smaller firms, and requires all proposals to be submitted via the DLA Energy PC&S Offer Entry Tool (OET) by December 23, 2025, at 8:00 AM EST. Interested parties can reach out to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@dla.mil for further information.