R--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
    R--LANDS - BRVB CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to provide cadastral surveying services for two school sites in Summerton, South Carolina, under solicitation number RFQ 140P2124Q0338. 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 documentation, including plats and legal descriptions. This procurement is crucial for effective land management and development, ensuring compliance with South Carolina's surveying standards while adhering to federal regulations. Quotations are due by September 19, 2024, at 5:00 PM Eastern Time, with a performance period from September 26 to November 29, 2024. Interested vendors can contact Luis Cibrian at luiscibrian@nps.gov for further information.
    R--LANDS - MISP 01-139 CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide cadastral surveying services for 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 over approximately 113 acres, with a focus on compliance with environmental standards due to the site's cultural importance. This project underscores the NPS's commitment to preserving historical sites through professional surveying, with the contract period set from September 26, 2024, to December 27, 2024. Interested vendors must submit their quotes by September 19, 2024, and 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.
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    Transformer and Switchboards for Yosemite NP
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is seeking quotes from small businesses for the supply of one 3-phase transformer and two switchboards for Yosemite National Park in California. The procurement includes a pad-mounted, liquid-immersed transformer with specific voltage and kVA ratings, and delivery is required by October 1, 2025, to the NPS Warehouse in El Portal, CA. This opportunity is crucial for enhancing the park's electrical infrastructure, ensuring compliance with industry standards, and supporting the operational needs of the facility. Interested vendors must submit their quotes via email by 1:00 PM Pacific Time on October 17, 2024, and should direct any questions to Lisa Henson at LisaHenson@nps.gov by October 3, 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.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.