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
    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.
    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.
    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.
    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.
    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 of this procurement is to conduct an intensive pedestrian inventory of approximately 50 acres, focusing on documenting and evaluating cultural resources in light of environmental cleanup and the potential destruction of the Sacramento Mine site. 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. Interested contractors must submit their proposals electronically by September 24, 2024, with the contract expected to run from September 27, 2024, to December 31, 2024. For further inquiries, contact Kathy Bosch at mary.bosch@usda.gov or call 802-345-9284.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    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.
    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.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    R--BOATMAN OPERATIONS LOGISTICAL SERVICES
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is soliciting proposals for Boatman Operations Logistical Services to support the Grand Canyon Monitoring and Research Center (GCMRC) from December 2024 to November 2029. The procurement aims to secure qualified personnel, including boat operators and field technicians, to facilitate approximately 20 to 30 annual river trips essential for ongoing environmental monitoring and research. This contract, set aside for small businesses, emphasizes the importance of skilled labor in executing vital ecological studies and ensuring compliance with safety and operational guidelines. Interested parties must submit their proposals electronically by October 15, 2024, with a maximum contract value of $8 million and an initial task order estimated at $600,000. For further inquiries, contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.