DENALI NATIONAL PARK HIGHWAY SIGNS
ID: 140P9724Q0099Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Sign Manufacturing (339950)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

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 quotes for the manufacturing and installation of new highway trailhead signs at Denali National Park and Preserve in Alaska. This project aims to enhance wayfinding for visitors to the newly opened Tsenesdghaas Na’ trailhead by installing two new signs and removing existing signage, ensuring compliance with federal, state, and borough regulations. The contract will be awarded based on a Firm Fixed Price purchase order, with a performance period from September 24, 2024, to June 1, 2025, and is set aside exclusively for small businesses. Interested contractors must submit their quotes and any inquiries via email to Darcy Skinner at darcy_skinner@nps.gov, and must be registered in the System for Award Management (SAM) at the time of submission.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides the Wage Determination under the Service Contract Act by the U.S. Department of Labor, outlining minimum wage and benefits requirements for federal contracts in Alaska. It specifies differing wage rates depending on the contract's award date and its renewal status, highlighting the applicability of Executive Orders 14026 and 13658. For contracts awarded post-January 30, 2022, the minimum wage is $17.20 per hour; those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The register also details specific occupational classifications along with their respective wage rates and specifies mandatory fringe benefits, such as health and welfare, vacation time, and paid holidays. Additional information is given about compliance with health and safety standards and procedures for classifying unlisted occupations through a conformance process. This document serves as a guidance tool for federal contractors, ensuring they meet wage and benefit requirements laid out in federal law, ultimately supporting fair labor practices and worker rights in government contracts.
    The file outlines the process and considerations for federal and state RFPs and grants, emphasizing the significance of adhering to government protocols. It highlights the need for comprehensive proposals that meet specified requirements, detailing the lifecycle from proposal submission to funding award. Key elements include the evaluation criteria that assess project relevance, organizational capacity, and cost-effectiveness. The document stresses the importance of compliance with statutory and regulatory obligations, as well as the necessity of transparency in financial reporting and project accountability. Moreover, it underscores the collaboration between federal, state, and local entities to facilitate effective project implementation. This guidance is essential for entities seeking governmental funding, ensuring alignment with public objectives and strategic priorities while fostering community development and improvement.
    This Request for Proposal (RFP) from the National Park Service focuses on the installation of highway signs for the Denali National Park and Preserve in Alaska. The project aims to enhance wayfinding for visitors to the newly opened Tsenesdghaas Na’ trailhead by manufacturing and installing two new trailhead signs while removing existing signage. The selected contractor must comply with federal, state, and borough regulations and follow specified safety and quality control measures. The period of performance spans from September 24, 2024, to June 1, 2025. The proposal evaluation criteria prioritize technical capability, project approach, past performance, and price, with an emphasis on best value to the government. Bidders are required to submit shop drawings, a detailed project plan, and pricing to be considered for the contract. Specific attention is given to ensuring that small businesses can compete for this opportunity. The project will further promote safety, compliance, and efficient communication between the contractor and the National Park Service throughout its execution.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    The National Park Service (NPS) will release a prospectus on September 3, 2024, soliciting proposals to award a ten (10) year concession contract to provide guide tours of historic buildings within the Kennecott Mines National Historic Landmark.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is set to release a prospectus on September 3, 2024, inviting proposals for a ten-year concession contract to provide guided tours of historic buildings at the Kennecott Mines National Historic Landmark in Alaska. The selected contractor will be responsible for delivering engaging and informative tours that highlight the historical significance of the site, which is a key attraction within the national park system. A site visit is scheduled for September 13, 2024, at 10:00 AM, allowing interested parties to familiarize themselves with the location and requirements; registration details can be found in the prospectus available on the NPS Commercial Services website. For further inquiries, potential bidders can contact Mark Keogh at markkeogh@nps.gov or David Lucas at davidlucas@nps.gov.
    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.
    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.
    V--AK NPS EU Helo
    Active
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Helicopter Services at Denali National Park in Talkeetna, Alaska, under Solicitation 140D0424R0032. The contract aims to provide fully operated helicopter services for a guaranteed period of 120 days, with potential extensions, to support various government missions, including search and rescue, fire management, and law enforcement. This initiative represents a significant investment of $8 million over five years, emphasizing the importance of safety, compliance with FAA regulations, and effective communication between the contractor and the government. Interested contractors must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with inquiries directed to Jennifer Arthur at jenniferarthur@ibc.doi.gov.
    62--NCR-NAMA: PURCHASE LIGHTING MATERIALS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the procurement of standardized lighting materials for streetscapes and memorials in Washington, D.C., under solicitation number 140P3024Q0043. The project aims to supply lighting components that adhere to cityscape planning and Fine Arts Commission guidelines, ensuring the aesthetic integrity of the National Mall and Memorial Parks. This initiative is crucial for maintaining modern and efficient lighting solutions in public spaces, with a focus on sustainability and safety. Interested small businesses must submit their quotes by September 23, 2024, and ensure they are registered in the System for Award Management (SAM) at the time of submission. For further inquiries, potential bidders can contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or by phone at 202-692-6060.
    Y--WRST 248940 Replace Deficient WaterTreatmentSystem
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a Pre-Solicitation Notice for a Request for Proposal (RFP) to replace the deficient water treatment system at the Wrangell St. Elias National Park and Preserve in Alaska. The project aims to construct a new water treatment building, install a new well, and upgrade existing water processing systems to ensure a reliable supply of potable water while minimizing visitor impact during construction. This Competitive Total Small Business Set-Aside project has an estimated construction cost between $1 million and $5 million, with a contract type of Firm-Fixed-Price and an anticipated completion period of 365 days from the Notice to Proceed. Interested parties should register on SAM.gov and can expect further details, including a Pre-Proposal Conference and Site Visit, in Fall/Winter 2024. For inquiries, contact Amber Hughes at amberhughes@nps.gov.
    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.
    Z--INDU 305176 - Marquette Greenway Trail Constructio
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the construction of the Marquette Greenway Trail at Indiana Dunes National Park. This project involves the development of a nearly 2.5-mile multi-use trail, including a ten-foot-wide asphalt path with gravel shoulders, and the replacement of an existing pedestrian bridge with a wider structure to enhance connectivity and protect sensitive ecosystems. The estimated construction cost ranges from $1 million to $5 million, and the project is categorized as an 8(a) set-aside under NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction. Interested contractors must submit their proposals by the specified deadline and can direct inquiries to Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further information.
    SRD Fuel Dispenser Removal & Replacement
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide services for the removal and replacement of a fuel dispenser at the Seward Ranger District in Alaska. The project entails furnishing all necessary labor, materials, and equipment to install a new dual product, dual hose, high flow electronic fuel dispensing unit, while also ensuring the lawful disposal of the existing unit. This procurement is crucial for upgrading the fuel dispensing infrastructure, enhancing operational efficiency, and ensuring compliance with environmental regulations. Interested contractors must submit their quotations by September 25, 2024, to the designated contacts Jason Peterson and Sheila Finney, with the contract period extending until December 31, 2024.
    2024 Marquee Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the replacement of seven outdoor LED marquee signs at Joint Base Elmendorf-Richardson (JBER) in Alaska. The project aims to modernize existing signage that is over ten years old, enhancing communication across the base by integrating all displays into a single system with specific features such as RGB full color and wireless communication capabilities. This procurement is set aside for small businesses under the NAICS code 339950, with the contract's funding contingent upon the availability of appropriated funds. Interested vendors should direct inquiries to SSgt Jake P. Montalbano at jake.montalbano@us.af.mil or Mr. Daniel Swoyer at daniel.swoyer.1@us.af.mil, and must submit their quotes by the specified deadline outlined in the solicitation documents.