B--DEER CENSUS FOR NORTHEAST REGION PARKS
ID: 140PS125Q0002Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MISSOURI MABO(62000)Omaha, NE, 68102, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- WILDLIFE (B534)
Timeline
  1. 1
    Posted Dec 12, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 12, 2024, 12:00 AM UTC
  3. 3
    Due Dec 20, 2024, 10:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking proposals for conducting a white-tailed deer census across eight national parks in the Northeast Region. The objective is to gather accurate population data to inform wildlife management strategies and support ecological health, particularly in relation to forest restoration efforts impacted by overabundant deer. This multi-year project will require contractors to provide all necessary labor, materials, and expertise, with a firm-fixed price contract anticipated to span five years, potentially extendable for an additional four years. Interested small businesses must submit their quotes by 12:00 PM ET on January 27, 2025, and can direct inquiries to Jason Burdett at jason_burdett@nps.gov or by phone at 501-762-9517.

Point(s) of Contact
Files
Title
Posted
Dec 12, 2024, 10:06 PM UTC
The National Park Service (NPS) is conducting a market survey to assess contractor interest and capability for a project involving the total counts of white-tailed deer at eight parks in the northeast U.S. This initiative is essential for developing and implementing native forest restoration plans, as overabundant deer populations have hindered forest regeneration in these areas. The project will require contractors to supply all necessary labor, materials, and tools. The parks involved include Flight 93 National Memorial, Fort Necessity National Battlefield, and others across Pennsylvania, New Jersey, New Hampshire, New York, and Connecticut. The NPS anticipates potential census years from 2026 to 2029, contingent on funding availability. The NAICS code for this project is 541620 (Environmental Consulting Services), with a small business size standard of $19 million. Interested firms are invited to respond with their capabilities by December 20, 2024, via email, although this survey does not constitute a formal solicitation. Future solicitations, if issued, will be posted on SAM.gov.
Jan 22, 2025, 11:09 PM UTC
The National Park Service (NPS) Northeast Region (NER) is issuing a request for proposals to conduct multi-year white-tailed deer censuses across eight designated park units during the winter of 2025, with possible additional surveys extending into 2029, dependent on funding. These counts are essential for developing strategies for native forest restoration, as overabundant deer have negatively impacted forest regeneration. Each park unit, including sites in Pennsylvania, New Jersey, New Hampshire, New York, and Connecticut, will undergo rapid on-site assessments within a single night. The selected contractor will be responsible for planning, executing the counts, and providing thorough data processing and reporting, including a summary report with methodologies and findings. Compliance with the Department of Interior’s Scientific Integrity Policy, as well as local, state, and federal regulations, is mandatory. Key deliverables include complete deer counts, raw and processed data, maps, and an Investigator Annual Report, with deadlines established for draft and final submissions post-project completion. Overall, this initiative aims to ensure sustainable management of deer populations and support overall ecological health within national parks.
The document outlines a federal contract, detailing its financial aspects and performance metrics related to prime contractors and subcontractors. It includes information such as the contract number, type of service, total contract value, and payment breakdown to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). The report emphasizes the government's oversight of subcontracting limitations, providing a calculation of the limitation on subcontracting percentage. This percentage is derived from the total amounts paid to the prime contractor and NSS, rather than the overall contract value. The performance period and total amounts paid during this timeframe are also documented, underscoring the contractual requirements for compliance with federal regulations. The structure of the document facilitates a clear understanding of financial allocations and adherence to subcontracting limitations, which are vital for assessing contractor performance and ensuring accountability in federal projects.
Jan 22, 2025, 11:09 PM UTC
The NER Parks – White-Tailed Deer Census technical questionnaire is a critical component of the solicitation process for assessing bids related to wildlife management across specified parks. The document outlines three key inquiries directed at potential offerors: 1. A detailed plan for project completion that aligns with the statement of work, adheres to the project timeline, and remains within budgetary constraints. 2. A comprehensive summary of the company’s relevant experience concerning similar work specified in the statement of work, distinguishing it from general past performance. 3. A detailed listing of the materials, products, and methods the company intends to utilize, following the specifications provided in the statement of work. The questionnaire emphasizes that the clarity and thoroughness of the responses are vital for the evaluation process, as inadequate answers may lead to a lower assessment from selection officials. The initiative demonstrates a methodical approach to ensure that only qualified companies are considered for the deer census project, reflecting the government's commitment to wildlife management and ecological monitoring.
Jan 22, 2025, 11:09 PM UTC
The document outlines the Past Performance Questionnaire (PPQ) for the U.S. Department of the Interior's National Park Service, aimed at evaluating a company's previous performance for potential project opportunities. The process requires the offeror to complete Section A with project specifics and a designated evaluators to fill out Section B, assessing the company's past performance. It delineates criteria and ratings ranging from Outstanding to Unacceptable, focusing on relationships with clients, corporate management, quality control, and adherence to performance schedules. Additionally, it addresses any negative performance incidents and customer satisfaction with the end product. The completed questionnaire must be returned to the contact point by a specified deadline, reinforcing the importance of timely submissions in the contracting process. This document is essential for the evaluation of bidders in government RFPs, emphasizing the significance of past performance in securing federal grants and contracts. The structured approach ensures a standardized assessment of offeror reliability and quality standards.
Jan 22, 2025, 11:09 PM UTC
The National Park Service (NPS) issued a Request for Proposals (RFP) for conducting a deer census at various national parks (140PS124Q0002 - NER Deer Census). The document clarifies several aspects of the proposed survey methods, including the allowance for pre-baiting with camera surveys and the use of drone counts as a primary method. Contractors must use the same method for repeat surveys within the same night to avoid bias, with the potential inclusion of drones for population estimation and alternative distance sampling methods. NPS suggests that proposals should reflect a turnkey operation, with minimal reliance on NPS staff, who may serve as observers but not in operational control. The RFP also references compliance with the National Defense Authorization Act 2024, particularly concerning the prohibition of drones containing Chinese components due to security concerns. The answers provided in the document emphasize the requirements for comprehensive data collection and accuracy in estimating deer populations while outlining the logistical and operational expectations for contractors.
Jan 22, 2025, 11:09 PM UTC
The document pertains to Amendment 01 of solicitation number 140PS125Q0002. Its primary purpose is to communicate changes related to the solicitation process, specifically incorporating a Question & Answer document as Attachment 6. The document outlines the requirements for contractors to acknowledge receipt of the amendment by specific methods prior to the specified deadline. It emphasizes that failure to acknowledge receipt may result in the rejection of offers submitted. The document also indicates that if changes to submitted offers are necessary, these can be communicated through letters or electronic methods, provided they reference the amendment and are received before the deadline. The amendment does not alter other terms and conditions of the solicitation unless specified. The overall focus is on maintaining compliance with federal regulations regarding the amendment process for bids and contract modifications within the government procurement framework. This ensures clarity for potential contractors and adherence to stipulated deadlines and procedures.
Jan 22, 2025, 11:09 PM UTC
The document outlines a Request for Quote (RFQ) for conducting a deer census at eight National Parks under the Northeast Region. The solicitation number is 140PS125Q0002, and it emphasizes that the contract will be a firm-fixed price agreement. Companies participating must be registered as small businesses in the System for Award Management (SAM) and submit their quotes by 12:00 PM ET on January 27, 2025. The evaluation criteria include price, technical capability, and past performance, with special consideration for proposals from qualified small businesses. The statement of work requires the contractor to provide all necessary labor and materials for wildlife studies over a five-year period, with options to extend for four additional years. The document specifies submission requirements including completed questionnaires and a pricing schedule. It adheres to federal regulations to ensure compliance, particularly regarding telecommunications equipment. Overall, the RFQ aims to procure effective monitoring services to support wildlife management efforts in the designated parks while promoting small business participation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
THRO South Unit Fence Construction
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the construction of a new fence at Theodore Roosevelt National Park's South Unit in Medora, North Dakota. The project involves replacing an existing 6-foot fence with a 7-foot galvanized steel mesh fence over approximately 1.44 miles, with an additional bid option for 0.56 miles, aimed at enhancing wildlife management and visitor safety. This initiative is critical for managing local bison, elk, and feral horse populations while ensuring minimal environmental impact and compliance with federal regulations. Interested small businesses must submit sealed bids by the specified deadline, with the contract value estimated between $500,000 and $1,000,000. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
Z--Repair Bow Creek Fence
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the Repair Bow Creek Fence project at the Missouri National Recreational River in Yankton, South Dakota. The project involves the removal of damaged vegetation, repair of existing fencing, and installation of new treated wood posts and H-braces to secure the park's boundaries and manage cattle access. This initiative is crucial for maintaining the integrity of park infrastructure and ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by May 8, 2025, at 12 PM ET, and can contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further information.
CARE 265911 Post Construction Seeding
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the CARE 265911 Post Construction Seeding project at Capitol Reef National Park. The contract involves comprehensive revegetation efforts across six sites totaling 11.28 acres, including hydroseeding, mulching, hand seeding, and planting nursery-grown plants, with a performance period extending until December 30, 2026. This initiative is crucial for ecological restoration following road and parking lot reconstruction, ensuring compliance with National Park Service regulations and maintaining site safety for visitors and workers. Interested parties must submit their quotes by May 14, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
PIRO STAIR SUPPLIES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking quotes for the procurement of stair supplies for the Pictured Rocks National Lakeshore in Michigan, as outlined in solicitation number 140P6425Q0033. This opportunity is a total small business set-aside, requiring suppliers to provide green pressure-treated lumber and associated hardware, all meeting specific quality standards for construction materials. The procurement is crucial for enhancing infrastructure within the national park, ensuring safety and improving visitor experience. Interested vendors must submit their quotes by 12:00 PM ET on April 28, 2025, and direct any inquiries to Colette Riegelmayer at coletteriegelmayer@nps.gov.
Custodial Services at Sequoia and Kings Canyon NPs
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide custodial services at Sequoia and Kings Canyon National Parks. The contract will encompass cleaning and maintaining various visitor facilities, including restrooms and campgrounds, with an emphasis on adhering to safety regulations and using eco-friendly products. This procurement is vital for ensuring a clean and welcoming environment for park visitors, thereby enhancing their overall experience in these natural landscapes. Interested vendors must submit their quotes by 5:00 PM Pacific Time on May 13, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
D--LINUX ADMINISTRATION AND ENVIRONMENTAL
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide Linux administration and environmental modeling support services for the South Florida Natural Resources Center at Everglades National Park. The contract, which is a total small business set-aside, aims to ensure secure management of Unix/Linux networks essential for scientific research and environmental conservation, with a performance period from June 1, 2025, to May 31, 2026, and options for four additional years. Contractors will be evaluated based on technical capability, past performance, and pricing, with proposals due by April 30, 2025. Interested parties can direct inquiries to Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@nps.gov.
55--INDU Lumber
Buyer not available
The U.S. Department of the Interior, through the National Park Service, is seeking quotations for the supply and delivery of lumber to support maintenance projects at Indiana Dunes National Park in Porter County, Indiana. The procurement specifically requires various types of pressure-treated Southern Pine lumber for the Bailly/Chellberg Trail boardwalk, with stringent specifications regarding dimensions, moisture content, and a minimum one-year warranty. This initiative underscores the government's commitment to maintaining national park infrastructure while promoting opportunities for small businesses, as the solicitation is set aside for total small business participation. Proposals are due by April 30, 2025, and interested vendors should contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500 for further details.
MS-FWS NOXUBEE NWR-HERBICIDE AERIAL
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for aerial herbicide application services at the Noxubee National Wildlife Refuge in Mississippi, under Solicitation Number 140FS325Q0074. The project aims to manage aquatic invasive and pest plants, specifically targeting species such as American Lotus and alligator weed, with operations scheduled between June 15 and September 1, 2025. This procurement is crucial for effective environmental management and supports small businesses, as it is set aside for total small business participation. Interested contractors must submit their proposals, including past performance references and pricing, by May 6, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.