Seed Collection and Delivery (IRA)
ID: 140PS124Q0007Type: Combined Synopsis/Solicitation
Overview

NAICS

Forest Nurseries and Gathering of Forest Products (113210)

PSC

NATURAL RESOURCES/CONSERVATION- SEED COLLECTION/PRODUCTION (F009)

Set Aside

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

    The National Park Service (NPS) is seeking qualified contractors for a five-year Indefinite Delivery, Indefinite Quantity (ID/IQ) contract focused on native seed collection and delivery in Colorado, specifically aimed at restoring native vegetation in various NPS units. The contract will involve collecting seeds from designated native species, adhering to strict quality standards and protocols, including the "Seeds of Success" initiative, to ensure proper handling and delivery for ecological restoration efforts. Interested small businesses must be registered in the System for Award Management (SAM) and submit their quotes by October 21, 2024, with the contract period commencing on December 1, 2024, and concluding on November 30, 2029. For further inquiries, potential bidders can contact Jacqueline Scott at jacqueline_scott@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Pricing Sheet for Task Order 140PS124Q0007 related to a bulk seed collection project for Grassland and Sagebrush in Sand Creek, Colorado, facilitated by the National Park Service. It covers a five-year period with detailed pricing for each year split into different ordering periods, emphasizing total evaluated prices and breakdowns for labor, supplies, travel, and shipping costs. Each section requires the company to provide specific unit rates for labor, including both skilled personnel and additional support. The total price is described as a firm-fixed price, fully burdened, encompassing all potential costs associated with services, equipment, and materials. The document explicitly emphasizes the need for each proposal, based on annual evaluations, to remain within negotiated limits and provides a structured format for presenting both levels of effort and anticipated costs over the contract period. Overall, this document serves as a bidding template for companies vying for the government contract, reiterating the importance of providing accurate pricing and resource specifications for effective project evaluation.
    The document outlines the solicitation for the Colorado Bulk Seed Collection Project under solicitation number 14PS124Q0007. It includes a series of compliance representations and certifications that Offerors must complete as part of the proposal process. Key provisions address regulations surrounding telecommunications equipment, prior contract compliance, and responsibility matters, focusing on transparency and ethical practices in federal contracting. For instance, Offerors must disclose the presence of covered telecommunications equipment, adhere to representations regarding responsibility for compliance matters, and certify various business statuses such as small business designations or any affiliations that impact eligibility for federal contracts. The document emphasizes the importance of maintaining integrity and accountability within federal procurement, underscoring the necessity for Offerors to familiarize themselves with compliance requirements in order to facilitate successful bidding and contract fulfillment. It serves as a guideline for prospective contractors in ensuring that they meet federal standards and obligations associated with this solicitation.
    The document is a combined synopsis and solicitation for a Request for Quote (RFQ) concerning seed collection services in Colorado, issued by the National Park Service (NPS). The contract seeks to restore native vegetation within NPS units in Colorado through native seed collection and delivery, spanning a period of five years from December 1, 2024, to November 30, 2029. Interested companies must be registered with the System for Award Management (SAM) and are required to provide quotes by October 21, 2024. Key components of the solicitation include instructions for preparing quotes, evaluation criteria, and specific requirements for seed collection, including species identification, stage of maturity, weed prevention protocols, and seed storage and delivery methods. The contract emphasizes adherence to federal regulations and protocols while ensuring that collected seeds are used exclusively for restoration efforts within the park boundaries. The RFQ is categorized under natural resource conservation, encouraging participation from small businesses. The scope highlights ecological responsibility and compliance with current environmental standards, reflecting the government's commitment to preserving and restoring native ecosystems in national parks.
    The Performance Work Statement outlines a contract for native seed collection and delivery for the National Park Service, aimed at restoring vegetation in specific areas within the Intermountain West Region, including Black Canyon of the Gunnison National Park and adjacent lands. The contract spans from the award date until November 30, 2025, requiring the contractor to collect seeds from designated native species as part of a multi-phased plan. Key tasks include a kickoff call to set logistics, scouting trips to analyze seed conditions, actual seed collection, and subsequent delivery to specified genetic resource centers. Each task emphasizes compliance with the "Seeds of Success" protocol, ensuring proper handling, storage, and delivery of seeds. Quality standards require strict identification of species, adherence to collection maturity, and prevention of contamination. The contractor is tasked with maintaining logs of collection activities and must coordinate all actions with a designated Contracting Officer’s Representative (COR). This document serves as part of federal efforts to support ecological restoration initiatives, highlighting structured collaboration between contractors and government agencies to ensure environmental stewardship and biodiversity preservation in public lands.
    The document outlines the wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor, focusing on minimum wage requirements for various occupations within service contracts related to forestry, land management, and public area maintenance in Colorado. It specifies minimum wage rates under Executive Orders 14026 and 13658, depending on contract dates, with rates of at least $17.20 or $12.90 per hour in 2024 for covered workers. Additional benefits include health and welfare provisions, vacation time, holidays, and uniform allowances. The document also addresses the process for classifying unlisted job classifications and requests for additional wage rate approvals, ensuring compliance with defined standards. This information is essential for contractors navigating federal and state contracts to maintain fair labor practices and compensation standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hanford Reach Ntl. Monument planting 20k sagebrush
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking small business contractors to undertake the planting of 20,000 bare-root Wyoming sagebrush seedlings at the Hanford Reach National Monument in Washington. The project aims to support ecological restoration efforts by utilizing seedlings provided by the government, covering approximately 45 acres, and adhering to specific planting instructions to ensure optimal growth conditions. This initiative is part of broader federal efforts to preserve biodiversity and manage natural resources effectively, with the planting scheduled between November 15 and December 20, 2024, contingent on weather conditions. Interested contractors must submit their quotes by October 14, 2024, and can contact Adam Graham at adamgraham@fws.gov or 762-325-0609 for further details.
    Z--NPS DSC Virtual Industry Fair October 2024 Public
    Active
    Interior, Department Of The
    The National Park Service (NPS) is hosting a Virtual Industry Fair on October 16, 2024, from 11:00 AM to Noon Mountain Time, aimed at discussing construction-related contracting opportunities across its projects in the United States. This event is open to all construction businesses, including large and small contractors as well as socio-economic businesses categorized under NAICS codes starting with 23, and will provide insights into upcoming NPS construction projects. Participants can register online, and while questions will be accepted through a chat feature during the event, oral inquiries will not be permitted. For further inquiries, attendees may contact Daena Mulleitner-Newman at daenamulleitner-newman@contractor.nps.gov or Rosemary Ortiz at RosemaryOrtiz@nps.gov. Registration is required to attend, and confirmation will be sent via email.
    R2 Road Maintenance and other Forest maintenance/support services
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the R2 Road Maintenance and other Forest maintenance/support services within Region 2, which includes Colorado, Nebraska, South Dakota, and Wyoming. The contract aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for essential maintenance and repair work on National Forest roads, including services such as snow removal, surface maintenance, drainage structure reconditioning, and roadway vegetation maintenance. This initiative is crucial for maintaining national public resources and ensuring the accessibility and safety of forested areas. Interested small businesses are encouraged to submit a Statement of Capability within 15 days and may direct inquiries to Traci Jackson at Traci.jackson@usda.gov. The applicable NAICS code for this project is 115310, with a size standard of $11.5 million, and the solicitation will be posted on SAM.gov if pursued.
    Cultural Overviews and Cultural Resource: OR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on cultural resource investigations and reporting across Oregon, Washington, Idaho, California, and Nevada. The objective of this procurement is to ensure compliance with the National Historic Preservation Act (NHPA) through thorough investigations, including background research, pedestrian surveys, and site documentation, while coordinating with State Historic Preservation Officers (SHPO). This contract, which spans from November 1, 2024, to October 31, 2027, has a minimum guarantee of $1,000 and a maximum cap of $499,985.73, with proposals due by October 25, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Active
    Agriculture, Department Of
    Presolicitation Notice: Department of Agriculture, Department of Forest Service is preparing the Northern Rockies Stewardship BPA. This Blanket Purchase Agreement will cover Hazardous Fuels and Stewardship Restoration projects in Idaho, Montana, North Dakota, and South Dakota. The scope includes Federal and Non-Federal lands within 150 miles of the administrative boundaries of several National Forests and the Dakota Prairie Grasslands. The work may involve cutting and removal of sawtimber, non-sawtimber, and/or biomass, as well as road maintenance. The awarded Blanket Purchase Agreements will have a period of performance of 10 years with an option to extend up to 20 years. Future Call Orders will be emailed to the Contractors awarded under this BPA. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM.gov) to be eligible for award. For assistance with SAM registration and proposal submission, resources are available at the Procurement Technical Assistance Center (PTAC) website. The primary point of contact for this solicitation is Matt Daigle, and questions must be submitted in writing to him. The Contracting Officer for this BPA is Mark T. Phillipp.
    Y--ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Y--ROMO 327127 Bridge Preservation" project, aimed at preserving multiple bridges within Rocky Mountain National Park. Contractors will be required to perform various preservation tasks, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is crucial for maintaining the park's infrastructure while ensuring compliance with environmental regulations and federal standards. Interested contractors should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and must submit their proposals by the specified deadline, with a pre-proposal site visit scheduled for October 4, 2024.
    87--Equine Hay
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking to procure hay for equine use in fiscal year 2025 through a Sources Sought Notice. The procurement involves supplying approximately 140 tons of hay annually, delivered across five stables in the Greater Washington DC area to support the feeding of 25-35 horses in the U.S. Park Police's Horse Mounted Unit. The hay must meet strict quality specifications, including being domestically grown and free of harmful weeds, with deliveries requiring certified weight tickets and adherence to proper storage protocols. Interested vendors are encouraged to provide their capabilities and business status, including certifications, to Michelle Shoshone at michelleshoshone@nps.gov by the specified deadlines, as this notice is for planning purposes only and does not constitute a formal solicitation.
    Source Sought Notice
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of the Painted Desert Community Complex located within the Petrified Forest National Park. The project aims to address structural deficiencies, restore historical features, and upgrade facilities to meet current standards, with an estimated construction cost exceeding $10 million. This initiative reflects the federal government's commitment to preserving national landmarks while enhancing visitor facilities and ensuring compliance with safety and environmental regulations. Interested contractors should contact James Waller at jameswaller@nps.gov or call 303-969-2488 for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    55--Sawdust for Equine
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking sources for the procurement of sawdust intended for equine bedding across five stables in the Washington DC Metropolitan Area. The contractor will be responsible for delivering sawdust free of debris from specified woods, with historical delivery requirements averaging 1925 cubic yards annually, and deliveries must be made in bulk via trucks capable of carrying 20 to 50 cubic yards within 14 days of a request. This procurement is crucial for maintaining the health and comfort of the horses, and interested vendors are encouraged to submit their capabilities, including business status and SAM.gov UEI number, to Michelle Shoshone at michelleshoshone@nps.gov by the specified deadlines. This opportunity is categorized under NAICS code 321999, with a size standard of 500 employees, and is currently a Sources Sought notice, not a formal solicitation.
    1240LQ24Q0096 White River NF Dillon RD Keystone Storage Snow Removal
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for snow removal services at the Dillon Ranger District's Keystone Storage Site in Colorado. The contract, identified as 1240LQ24Q0096, requires qualified small businesses to provide snow plowing, shoveling, and removal services to ensure safe access to parking lots and sidewalks during the winter months. This service is crucial for maintaining a safe and professional environment at the facility, reflecting the importance of effective snow management in public safety and accessibility. Interested parties must submit their proposals, including a technical quote and pricing schedule, by October 11, 2024, with the contract covering a base year from November 1, 2024, to August 31, 2025, and two optional years extending to August 31, 2027. For further inquiries, contact Thomas Mendoza at thomas.mendoza@usda.gov or by phone at 936-339-0637.