F--Hazard Tree Removal ML, Lassen Volcanic NP
ID: 140P8425Q0022Type: Solicitation
2 AwardsMay 12, 2025
$148.8K$148,800
AwardeeGround Up Arborist & Forestry, LLC 200 E MAIN ST Winters CA 95694 USA
Award #:140P8425P0022
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- TREE THINNING (F014)

Set Aside

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

    The National Park Service (NPS) is seeking qualified small businesses to provide hazard tree removal services at Lassen Volcanic National Park, specifically at the Manzanita Lake Campground. The project involves the removal of 84 designated hazard trees that pose risks to park infrastructure, requiring contractors to supply all necessary supervision, labor, equipment, and materials while adhering to strict safety and environmental guidelines. This initiative is crucial for maintaining public safety and preserving the park's natural and cultural resources, with a performance period scheduled from May 1 to May 22, 2025. Interested contractors must submit their quotations via email by the specified deadline and can direct inquiries to Brenda Lewis at Brenda_Lewis@nps.gov or call 206-220-4018.

    Point(s) of Contact
    Files
    Title
    Posted
    The government solicitation (#140P8425Q0022) outlines a two-week project for hazardous tree mitigation within Lassen Volcanic National Park's Manzanita Lake Campground. The primary task involves the removal of 84 identified hazard trees that threaten park infrastructure, such as buildings and fire hydrants. A certified arborist must supervise the operations, ensuring compliance with strict safety protocols, including using proper equipment, adhering to environmental guidelines, and maintaining site cleanliness. Key requirements include hauling away materials, obtaining necessary permits, and managing traffic to minimize disruptions for visitors and park staff. The contractor is prohibited from off-pavement vehicle usage without prior approval and must adhere to restrictions regarding fire safety and public safety measures. The project aims not only to enhance public safety but to preserve cultural resources protected by the National Historic Preservation Act. The detailed scope of services illustrates the need for careful coordination and environmental management, reflecting the government's commitment to safety and conservation in park operations.
    The document appears to encompass various elements related to federal requests for proposals (RFPs), grants, and other public procurement processes at state and local levels. It discusses the procedures and requirements for solicitation and award of funding opportunities, emphasizing the importance of compliance with both federal regulations and local policies. The main focus includes guidelines for potential applicants, such as eligibility criteria, proposal submission procedures, timelines, and evaluation criteria used to assess proposals. Key themes center on transparency, accountability, and fostering competition among bidders to ensure that public resources are allocated effectively. Additionally, the document addresses the necessity for precise documentation and adherence to established standards, reiterating the aim to promote fair access to opportunities for diverse businesses. It touches on various fields that might be eligible for funding, such as environmental projects, infrastructure development, community services, and technology initiatives, ensuring all potential grant seekers understand the landscape of available funding. Overall, the document serves as a comprehensive guide for entities seeking government support, indicating the procedural roadmap necessary to navigate RFPs and grants successfully while underlining the federal government’s commitment to responsible expenditure of public funds.
    The document is a solicitation attachment (RFQ No. 140P8425Q0022) concerning representations and certifications that vendors must complete when responding to federal contracts. It outlines necessary information for companies including details on ownership structures (e.g., small business definitions, veteran-owned status), compliance with labor laws, and certifications relating to the use of child labor. Additionally, it includes requirements regarding the sourcing of materials like the Buy American Act and regulations related to telecommunications equipment and various government compliance standards. The purpose of this document is to ensure potential contractors provide truthful and comprehensive disclosures about their businesses to prevent fraud and ensure eligibility for federal contracting opportunities. The detailed compliance framework reflects the government's commitment to transparency, ethical guidelines, and support for marginalized groups, such as economically disadvantaged women-owned businesses and veteran-owned firms, while also reinforcing legal obligations regarding labor practices and sourcing. Overall, this attachment serves as a critical tool in the procurement process to uphold federal standards and regulations within contracting processes.
    The document outlines the Technical Information Form required for the removal of hazard trees at Manzanita Lake within Lassen Volcanic National Park under RFQ No. 140P8425Q0022. Quoters must provide their business details, including name, address, UEI, and contact information. They are to indicate their intention to self-perform the work or utilize subcontractors, detailing any proposed subcontractor relationships and the specific tasks to be self-performed. Additionally, quoters must list their relevant experience by providing details of prior projects similar in nature and scope, including project titles, funding amounts, performance periods, and references. A critical component of the submission is a one-page technical approach narrative explaining how they plan to approach the project technically. This document serves as part of the federal solicitation process, aimed at engaging contractors with the qualifications necessary for effectively managing the environmental challenges within the park, thereby ensuring safety and compliance with federal regulations. The comprehensive information requested facilitates the evaluation of a contractor's capability to fulfill the project requirements competently.
    The document is a sign-in sheet for a site visit related to the project "140P8425Q0022 – LAVO Remove Hazard Trees," organized by the National Park Service at Lassen Volcanic National Park. The site visit is scheduled for April 21, 2025, at 9:00 AM, with participants instructed to meet at Manzanita Lake Campgrounds in Shingletown, California. The sheet includes space for attendees’ names, companies, titles, and phone numbers, with only one participant's information provided—Joe Pettegrew, Chief of Maintenance at the NPS. The purpose of the site visit is likely to assess the location for tree removal, ensuring safety and ecological management within the park, which aligns with federal efforts to maintain national parks and ensure public safety. The data collected during this visit may aid the project in its planning and execution phases.
    The document outlines a series of questions and answers related to Solicitation #140P8425Q0022 for the removal of hazard trees at Lassen Volcanic National Park's Manzanita Campground for Fiscal Year 2025. It addresses logistical queries from prospective contractors, including access to utility maps, vehicle usage during operations, restroom availability, and work hour flexibility. Notably, contractors are allowed to use rubber-tracked vehicles for tree cleanup when necessary and can stage materials at designated areas. The park emphasizes the need for road access for emergency situations and permits contractor flexibility concerning the presence of a qualified arborist. This document serves as guidance for contractors preparing proposals, ensuring clarity on operational expectations and restrictions for the hazard tree removal contract. Overall, it reflects the park's commitment to safety and efficient project execution while coordinating with contractor needs.
    This document details Amendment 0001 to solicitation number 140P8425Q0022, which pertains to a project by the National Park Service (NPS) focused on the removal of hazard trees at Lassen Volcanic National Park. The amendment includes the addition of a Site Visit Sign-in Sheet and a Questions and Answers section relevant to the procurement process. Contractors are required to acknowledge receipt of this amendment before the specified deadline to avoid rejection of their bids. The initiative is a Total Small Business Set-Aside, meaning only small business quotations will be accepted. It anticipates awarding a firm-fixed-price purchase order based on simplified acquisition procedures outlined in FAR Part 13.106. The period of performance for the contract spans from May 1 to May 22, 2025. Interested contractors must submit their complete quotations via email by the designated deadline, adhering to the rules and specifications provided in the documents related to this solicitation.
    The National Park Service (NPS) is soliciting proposals for a Hazard Tree Removal project at Lassen Volcanic National Park, specifically focused on the Manzanita Lake Campground. The contractor will be responsible for all supervision, labor, equipment, and materials necessary to remove 84 designated hazard trees in compliance with the project specifications. This acquisition is set aside for small businesses, as indicated by the North American Industry Classification System (NAICS) code 115310, with a size standard of $34 million. Quotations must be submitted electronically by the due date specified; late submissions must be supported by justification. The project’s performance period is from May 1, 2025, to May 22, 2025, with consideration given to price, technical acceptability, relevant experience, and past performance during evaluation. Potential contractors are encouraged to inspect the site before submitting proposals to ensure familiarity with local conditions that may impact the work. A site visit is scheduled for April 21, 2025. The document includes extensive references to applicable federal regulations and procurement requirements, underscoring the project's significance in preserving park safety through proactive tree hazard mitigation.
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    F--Special Notice of Intent to Sole Source Award - Emergency Tree Removal
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for emergency tree removal services to Zorza, Inc. This contract aims to address the urgent need for the removal of dead, damaged, and structurally compromised trees that pose a direct threat to public safety and critical infrastructure on USFWS property. The selected contractor, Zorza, Inc., has been chosen due to their proven ability to respond quickly to emergencies and their familiarity with the site, ensuring that the hazardous trees are removed promptly to mitigate risks. Interested parties may submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, but this notice does not constitute a solicitation, and any associated costs for submissions will not be reimbursed by the government.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.