FRSP 05-155 WOLFREY RELOCATION
ID: 140P2124Q0325Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Park Service, under the Department of the Interior, is seeking qualified small businesses to provide consulting services for the relocation associated with the acquisition of Tract 05-155 in Spotsylvania, Virginia. The procurement aims to facilitate the relocation of individuals affected by the acquisition of a 60.45-acre parcel, ensuring compliance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970. This project is critical for managing property acquisitions while supporting displaced residents, with a contract period from September 24, 2024, to March 21, 2025. Interested vendors must attend a virtual pre-quote meeting on September 10, 2024, and submit their quotes by 5:00 PM Eastern Time on September 17, 2024, with inquiries directed to Luis A. Cibrian at luis_cibrian@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Scope of Work for relocation specialist services related to the acquisition of Tract 05-155, a 60.45-acre parcel in Spotsylvania County, Virginia, for the Fredericksburg and Spotsylvania National Military Park. The National Park Service (NPS) is engaged in a willing seller program to procure this land, which includes a 19th-century vacant house, an occupied mobile home, and several outbuildings. The file provides a legal description of the property and mandates adherence to the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, ensuring fair treatment for those displaced by the acquisition. Relocation services will involve assessing moving costs and replacement housing for the landowner, conducting thorough engagement with the displaced individual, and providing necessary assistance with relocation claims. The contract encompasses a base effort for initial meetings and updates, as well as optional phases for detailed financial assistance and administrative tasks. These services are expected to be completed within specific timelines post-acquisition, fostering compliance with federal standards while supporting NPS objectives. This project reflects the federal government's approach to managing property acquisitions and supporting displaced residents effectively.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act (SCA), detailing the minimum wage rates for various job classifications in Virginia, specifically for the counties of Fredericksburg and Spotsylvania. It states that contracts awarded on or after January 30, 2022, must pay workers at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $12.90 per hour unless a higher rate is listed. The document includes detailed wage rates for numerous occupations, ranging from administrative positions to healthcare roles and technical jobs, alongside the requirement for fringe benefits. It also outlines additional regulations under Executive Orders related to paid sick leave and health benefits. Furthermore, the document explains the conformance process for unlisted job classifications and emphasizes that contractors must comply with these wage rates and standards to ensure fair compensation for workers. This wage determination serves as a critical guideline for contractors bidding on federal projects, ensuring compliance with labor standards while supporting fair wage practices.
    The National Park Service has issued a combined synopsis/solicitation (RFQ 140P2124Q0325) for consulting services at Minute Man National Historical Park, strictly set aside for small businesses under NAICS code 541611. No written solicitation will be provided, and interested vendors are encouraged to attend a virtual pre-quote meeting on September 10, 2024. All inquiries must be submitted by the same day, with quotes due by September 17, 2024. Evaluation criteria for the proposals center on price, technical capability, and past performance, where firms must demonstrate qualification in line with the Statement of Work and provide experience documentation. The contract will be a firm fixed price. Offerors must comply with various Federal Acquisition Regulations (FAR) clauses and ensure registration in the System for Award Management (SAM). There is also a requirement for electronic invoicing via the U.S. Treasury's Invoice Processing Platform. This process illustrates the federal government's initiative to engage small businesses while adhering to regulatory compliance and procurement standards effectively.
    The document outlines an amendment to a solicitation, specifically modifying Contract No. 140P2124Q0325, as issued by the National Park Service (NPS) in Denver, Colorado. It emphasizes the procedures required for acknowledgment of the amendment by contractors, which must be completed prior to the specified deadline to avoid rejection of offers. The amendment includes a newly added attachment that was not included in the original posting. The contract's period of performance is set from September 24, 2024, to March 21, 2025. All other terms and conditions of the original solicitation remain unchanged. This communication is particularly significant for ensuring transparency and compliance in federal contracting processes. The contracting officer, Luis A. Cibrian, is identified for any necessary communications related to this amendment.
    The document is a Request for Quotation (RFQ) 140P2124Q0325 issued by the National Park Service, relating to the provision of consulting services for Base Relocation and optional Relocation Consulting Services at a specified location in Spotsylvania, VA. The RFQ is targeted exclusively towards small businesses, adhering to the small business size standard of $24.5 million as per the North American Industry Classification System (NAICS) code 541611. Key details include a virtual pre-quote meeting scheduled for September 10, 2024, and a deadline for quotes due by 5:00 PM Eastern Time on September 17, 2024. Evaluation for award will consider price, technical capability, past performance, and options, emphasizing that only responsible offerors whose quotes are most advantageous to the government will be considered. Offerors must comply with numerous federal regulations, provide adequate documentation, and engage electronically for payment processing. The document underscores the National Park Service's intent to secure quality services while fostering small business participation in governmental contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Relocation SVS for Great Dismal Swamp Suffolk VA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for relocation services for a non-government tenant at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The contractor will be responsible for the relocation of Ms. Zania Trim from her current residence, ensuring compliance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act, with a completion timeline of 90 days from contract initiation. This contract is crucial for the planned expansion of the refuge and emphasizes the importance of adhering to federal regulations while facilitating necessary property acquisitions. Interested contractors must submit a Request for Quote (RFQ) and relevant documentation to the designated contracting point of contact by the specified deadlines, with the contract period set from August 5, 2024, to September 20, 2024.
    LANDS - BRVB CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking quotations for cadastral surveying services in Summerton, South Carolina, specifically for two school sites: Old Summerton High School and Old Scotts Branch High School. The project involves subdividing approximately 1.37 acres and 2.67 acres from larger parcels, requiring the contractor to confirm boundaries, mark parcel corners, and deliver both hardcopy and digital plats and legal descriptions. This initiative is part of the government's commitment to engaging small businesses, with a total small business set-aside under NAICS code 541370, and the performance period is set from September 26 to November 29, 2024. Quotations are due by 12:00 PM Eastern Time on September 19, 2024, and inquiries must be submitted by September 13, 2024; interested parties can contact Luis Cibrian at luiscibrian@nps.gov for further information.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    LANDS - MISP 01-139 CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to provide cadastral surveying services for approximately 113 acres at the Mill Springs Battlefield National Monument in Pulaski County, Kentucky. The objective of this procurement is to accurately re-establish property boundaries and document significant surface features as part of the NPS's acquisition efforts, while adhering to strict environmental standards due to the site's cultural significance. This opportunity is a total small business set-aside under NAICS code 541370, with a submission deadline for quotes set for September 19, 2024, and the contract period running from September 26, 2024, to December 27, 2024. Interested vendors can direct inquiries to Luis Cibrian at luiscibrian@nps.gov.
    CC-SHEN001-26 Concession Business Opportunity for Lodging, Food and Beverage, Retail, Campgrounds, Horseback Riding, and Other Services in Shenandoah National Park, Luray, VA
    Active
    Interior, Department Of The
    The National Park Service (NPS) is offering a 15-year concession business opportunity for lodging, food and beverage, retail, campgrounds, horseback riding, and other services at Shenandoah National Park in Luray, Virginia. The selected concessioner will operate 285 lodging units across three resorts, manage multiple food outlets and retail sales, and oversee four campgrounds, including additional services such as camp stores and automotive services. This opportunity is significant for enhancing visitor experiences in one of the nation's treasured parks, which spans over 197,000 acres and features the scenic Skyline Drive and portions of the Appalachian Trail. Interested parties must submit a notice of intent by October 18, 2024, and electronic proposals by November 7, 2024, with further details available from Andrew Gertge at nerconcessions@nps.gov or by phone at 267-318-0116.
    VAMA PREPARE LABOR AND LAND STUDY
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for a Labor and Land Study at the Vanderbilt Mansion National Historical Site. The objective of this procurement is to conduct an Ethnographic Overview and Assessment that documents the labor history and cultural landscapes associated with the site and its neighboring historic locations, focusing on the evolution of labor practices from the 18th century to 1940. This study is crucial for preserving historical narratives and integrating diverse community experiences into the management of these significant landscapes. Interested small businesses must submit their quotes by September 18, 2024, at 2:00 PM EDT, and are encouraged to contact Nathan Jones at nathanajones@nps.gov or 617-913-8870 for further information. The anticipated performance period for the contract is 12 months, and the project is set aside for small businesses under NAICS code 541720.
    LAW ENFORCEMENT VEHICLE EQUIPMENT WITH INSTALLATIO
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the provision and installation of law enforcement vehicle emergency equipment at Shenandoah National Park in Luray, Virginia. The procurement aims to enhance the park's law enforcement capabilities by acquiring new emergency equipment, including truck vaults, LED lights, and siren systems, with installation services to be completed by a contractor within a specified timeframe. This initiative underscores the importance of maintaining safety and operational efficiency within federal entities, ensuring compliance with emergency vehicle standards. Interested small businesses must submit their quotes by September 18, 2024, and direct any inquiries to Contracting Officer Deborah Coles at DebbieColes@nps.gov or by phone at 540-677-0325.
    P--Demolition, Removal and Disposal, Point Reyes NS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses for the demolition, removal, and disposal of the Truttman Barn and Serioty Cabin located at Point Reyes National Seashore in Marin County, California. The project requires contractors to provide all necessary supervision, labor, equipment, and supplies to safely dismantle and dispose of the structures, including addressing any hazardous materials such as asbestos and lead paint, while ensuring compliance with environmental regulations. This procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order anticipated to be awarded based on the most advantageous quotation, considering price and other factors. Quotations must be submitted via email by September 16, 2024, and interested parties can direct inquiries to Brenda Lewis at BrendaLewis@nps.gov or by phone at 206-220-4018.
    National Park Service (NPS) - Yosemite National Pa
    Active
    Buyer not available
    The National Park Service (NPS) is seeking a contractor for the Wildland Urban Interface (WUI) Mechanical Fuels Reduction Project at Yosemite National Park, California. The project aims to reduce hazardous fuels across approximately 388 acres in four designated WUI communities to enhance fire resilience and safety for nearby properties and infrastructure. This initiative is critical for mitigating wildfire risks and ensuring the ecological health of the park, with a contract period from October 1, 2024, to September 30, 2026, and specific work in one area to be completed by March 1, 2025. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Brian McCabe at brianmccabe@nps.gov or 202-339-7772, with the solicitation anticipated to be issued after August 28, 2024.
    GWMP Bridge Pres
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Bridge and Pavement Preservation Project at the George Washington Memorial Parkway in Virginia. This Sources Sought Notice aims to gather interest and qualifications from both large and small businesses for extensive restoration and maintenance of bridges and roadways, with an estimated construction cost exceeding $10 million and a performance period of approximately 416 calendar days. The project includes tasks such as concrete deck repairs, drainage improvements, asphalt preservation, and traffic control, emphasizing minimal visitor impact during construction. Interested parties must submit their responses, including company information and relevant experience, by September 23, 2024, to Jeremiah Rogers at jeremiahrogers@nps.gov or by phone at 303-969-2633.