F--MACA - CONDUCT TREE SURVEY
ID: 140P5324Q0049Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

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 conduct a tree survey at Mammoth Cave National Park. The procurement aims to gather data on the number and health of trees, ensuring compliance with environmental regulations, particularly the Endangered Species Act. This opportunity is significant for promoting small business participation in federal contracts while providing essential environmental services to protect natural resources. Interested contractors must submit a firm-fixed price quote along with supporting documentation by September 13, 2024, with questions due by September 6, 2024. For further inquiries, contact Marilia Mateo at marilia_mateo@nps.gov or call 305-242-7742.

    Point(s) of Contact
    Mateo, Marilia
    (305) 242-7742
    (305) 242-7795
    marilia_mateo@nps.gov
    Files
    Title
    Posted
    The document presents the Register of Wage Determinations under the Service Contract Act, outlining the required minimum wage rates for federal contracts based on Executive Orders 14026 and 13658, effective from January 30, 2022. For contracts performed in 2024, workers must be compensated at least $17.20 per hour under EO 14026 or $12.90 per hour under EO 13658, with adjustments annually. The file details various occupations, their corresponding wage rates, fringe benefits, and specific provisions regarding paid sick leave and uniform allowances. Guidelines are provided for contractors to classify unlisted job roles and conform wage rates through a structured process involving submission to the Wage and Hour Division for approval. The document emphasizes compliance with labor protections while ensuring fair compensation for contract workers, particularly in Kentucky. Overall, it serves as a critical reference for contractors and agencies involved in federal RFPs and grants, ensuring adherence to labor standards and enabling informed decisions regarding workforce compensation.
    The document is an amendment to a solicitation for a tree survey at Mammoth Cave National Park, specifically identified by solicitation number 140P5324Q0049. This amendment primarily serves to correct the wage rate determinations for the correct state involved in the project. The solicitation remains focused on the award criteria, emphasizing a 100% set-aside for small businesses, where the selection will be based on the lowest price technically acceptable. Contractors must be registered as small businesses in the System for Award Management (SAM) under NAICS code 541370. Important dates are outlined, including a question due date of September 6, 2024, and a quote submission deadline of September 13, 2024. Contractors are required to submit a firm-fixed price quote along with supporting documentation, including an approximate timeline for project completion and a technical approach. The amendment maintains all previous terms and conditions, highlighting the importance of adhering to submission guidelines to avoid rejection. This solicitation process underscores the federal government's commitment to utilizing small businesses while ensuring compliance with necessary regulations.
    The document is a Request for Quotation (RFQ) for conducting a tree survey at Mammoth Cave National Park, issued by the National Park Service (NPS). It is designated as a total small business set-aside, with a NAICS code of 541370 for Surveying and Mapping services, and emphasizes that only eligible small businesses registered in the System for Award Management (SAM) can participate. The due date for quotes is September 13, 2024, and there is a deadline for questions set for September 6, 2024. Contractors are asked to submit firm-fixed price quotes, outlining their technical approach, a price breakdown, and an estimate for days to completion, all via email to the designated contracting officer, Marilia Mateo. Key contractual terms and conditions, along with applicable Federal Acquisition Regulation (FAR) clauses, are included. The period of performance is set from September 16 to November 30, 2024. This RFQ underlines the government’s intent to promote small business participation while ensuring compliance with relevant regulations and providing quality environmental services at the national park.
    The document outlines the initial phases and procedural requirements for contractors involved in a federal project concerning biological and ecological assessments. The primary focus is on coordinating a preliminary kick-off call, establishing a detailed project schedule, reviewing biological resources, and conducting tree surveys to comply with environmental regulations, particularly the Endangered Species Act. The contractor must facilitate meetings, prepare agendas, document discussions, and submit project updates and reports. Specific deliverables include data on the number and health of trees and a Wetland Statement of Findings in accordance with National Park Service guidelines. Emphasis is placed on using GIS data, maintaining high accessibility standards for documents, and adhering to FGDC metadata requirements for geospatial data. The procedure aligns with federal grants and regulations, ensuring comprehensive monitoring and management of natural resources in project areas .
    The document outlines the wage determinations under the Service Contract Act (SCA), specifically Wage Determination No. 2015-4471, Revision No. 29, issued by the U.S. Department of Labor. It establishes minimum wage rates required for contractors and subcontractors providing services under federal contracts, emphasizing adherence to Executive Orders 14026 and 13658, which set minimum wages of $17.20 and $12.90 per hour, respectively, depending on the contract's date of award. The document includes an extensive list of applicable occupations and corresponding wage rates for various job classifications in Georgia counties. Additionally, it specifies that covered workers are entitled to fringe benefits, including health and welfare allowances, vacation, and holiday pay. Specific rules are provided for unlisted classifications through a conformance process requiring contractors to request approval for wages assigned to new job roles not categorized in existing wage determinations. The overall purpose is to ensure fair compensation for workers employed under federal contracts, thereby promoting job quality and worker protections within the service industry within the federal contracting framework.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--NPS-ORCA - Mechanical Thinning & Chipping
    Active
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors for a mechanical thinning and chipping project at the Oregon Caves National Monument and Preserve, focusing on fuels reduction and vegetation management along the Escape Route and Upper Roads. The project aims to reduce wildfire risks by managing approximately 318 acres of small-diameter live and dead trees, with an emphasis on environmental protection and adherence to safety protocols. This initiative is crucial for maintaining ecological health and public safety within the park, with a total project budget expected to be below $500,000. Interested small businesses must submit their proposals by September 18, 2024, and can direct inquiries to Brian McCabe at brianmccabe@nps.gov or by phone at 202-339-7772.
    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.
    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.
    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.
    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.
    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.
    Cultural Resource Survey South Park Sacramento Gulch
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking proposals for a Class III cultural resource survey at the South Park Sacramento Gulch Mine site in Colorado. The objective is to conduct an intensive pedestrian inventory of approximately 50 acres, focusing on documenting and evaluating cultural resources, particularly in light of the environmental cleanup and potential destruction of the Sacramento Mine. This initiative is crucial for ensuring compliance with federal regulations that protect historical and cultural sites, reflecting the government's commitment to environmental stewardship and cultural resource management. Proposals are due by September 24, 2024, with the contract expected to run from September 27, 2024, to December 31, 2024. Interested parties can contact Kathy Bosch at mary.bosch@usda.gov for further information.
    HTNF Mt. Rose Carbaryl Contract
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking small businesses to fulfill the HTNF Mt. Rose Carbaryl Contract, which involves spraying approximately 212 trees in the Carson Ranger District of Nevada to combat mountain pine beetle infestations. The contractor will be responsible for providing all necessary labor, equipment, and supplies, while ensuring compliance with environmental regulations and obtaining the required licenses for pesticide application in the state. This initiative is crucial for protecting campground resources and promoting ecological health through effective pest management. Proposals are due by September 16, 2024, with the contract period running from September 18, 2024, to December 15, 2024. Interested parties can contact Andrea Marks-Cash at andrea.marks-cash@usda.gov or by phone at 208-481-7791 for further details.
    Fire, alarm, sprinkler sys insp, Mt Rainier NP
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified contractors to provide inspection, testing, and maintenance services for fire alarm and sprinkler systems at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by identifying and reporting deficiencies in these critical safety systems. This opportunity is particularly significant for enhancing emergency preparedness within federal facilities while promoting small business participation, as it is a total small business set-aside with a size standard of $11.5 million. Interested vendors must submit their quotations by 2 p.m. Pacific Time on August 19, 2024, and direct any questions to Hal Hoversten at halhoversten@nps.gov by September 16, 2024.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a project involving the exterior painting and application of fire retardant to roofs at Lassen Volcanic National Park. The scope of work includes painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to approximately 34,000 square feet of shake shingles on 19 historic structures. This initiative is crucial for preserving the park's historical integrity while ensuring compliance with federal safety and environmental standards. Interested small businesses must submit their quotes electronically by 3 PM PDT on September 18, 2024, with an estimated contract value between $100,000 and $250,000. For further inquiries, contact Phaedra Fuller at PhaedraFuller@nps.gov or by phone at 360-565-3009.