R--Zion National Park Emergency Management Services M
ID: 140P1225Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR INTERMOUNTAIN REGION(1200)DENVER, CO, 80225, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide Emergency Medical Services (EMS) Medical Director services at Zion National Park. The primary objective is to appoint a physician who will oversee the park's EMS program, ensuring effective medical direction, compliance with federal regulations, and quality management of emergency medical responses for both visitors and staff in challenging environments. This contract, which spans from March 1, 2025, to February 28, 2030, includes one base year and four option years, and is designated as a total small business set-aside to encourage participation from smaller firms. Interested parties must submit their proposals, including pricing and technical qualifications, by February 19, 2025, and can direct inquiries to Kimberly Steele at kimberly_steele@nps.gov or by phone at 720-670-4557.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for the role of Emergency Medical Services (EMS) Park Medical Director at Zion National Park. The aim is to establish a physician who will oversee and provide medical direction to the park's EMS program, which serves visitors and staff in diverse and rugged environments. The SOW details the qualifications required, including a valid medical license in Utah, board certification in emergency medicine, and extensive EMS and wilderness medicine experience. Key responsibilities of the contractor include providing 24/7 online medical control, guiding quality management efforts, ensuring adherence to policies and protocols, offering training for EMS providers, and overseeing the AED program. The contractor will also collaborate with the park EMS coordinator to maintain operational effectiveness and compliance with federal regulations. The contract is set for an initial term of one year, with options to extend for up to four additional years. The document emphasizes the need for effective communication and coordination, particularly in emergency medical situations within the park’s unique and challenging landscapes. This SOW highlights the government's commitment to providing quality medical oversight in national parks, ensuring rapid and effective emergency response capabilities.
    This document is an amendment to the solicitation for Medical Director Services for the National Park Service (NPS) at Zion National Park and surrounding areas. The key purpose of this amendment is to extend the deadline for offers from February 14, 2025, to February 19, 2025, at 1400 MST. It outlines the responsibilities of the contractor in facilitating emergency medical response services for the park's visitors and employees. The contract covers a five-year period of performance from March 1, 2025, to February 28, 2030, with options for four additional years. The amendment specifies that all offers must acknowledge receipt of the amendment and details the repercussions of failing to do so by the specified deadline. The document includes information about previous modifications, names of contracting officials, and requires the contractor to comply with the specified terms and conditions. This amendment is significant for ensuring continued medical services and reflects the NPS's compliance with federal regulations regarding contract amendments. The document is structured into sections that identify the rationale for the amendment, timelines, and administrative requirements.
    The document outlines Request for Quotation (RFQ) #140P1225Q0015 for Medical Director Services to support the National Park Service (NPS) in Zion National Park. The contract will provide emergency medical response capabilities to residents and visitors over a period from March 1, 2025, to February 28, 2030, including one base year and four option years. The contractor must meet specific qualifications, including being a licensed emergency physician with extensive EMS experience. Submissions must include pricing, technical proposals, and compliance with various Federal Acquisition Regulations (FAR). The evaluation of offers will prioritize price and adherence to specifications. This solicitation is designated as a total small business set-aside, enhancing opportunities for smaller firms to participate in government contracts. The main goal is to secure qualified medical services to improve emergency response in national parks, ensuring both visitor safety and regulatory compliance within public service contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    H--Sewer Mains Cleaning and Video Inspection Service
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide sewer mains cleaning and video inspection services at Zion National Park. The contract aims to maintain the park's sewer infrastructure by cleaning approximately 44,500 feet of sewer mains and conducting video inspections to document their condition, ensuring safety and functionality for park visitors. This procurement reflects the government's commitment to environmental integrity and infrastructure maintenance within national parks. Interested contractors must submit their quotes by February 20, 2025, and can contact Billie Thomas at BillieThomas@nps.gov or 406-599-4402 for further information.
    Prospectus Develpment IDIQ Firm Fixed Price
    Buyer not available
    The National Park Service (NPS) is seeking specialized hospitality consulting firms to assist in the development of prospectuses for concession contracts related to visitor services in national parks. The objective of this procurement is to enhance visitor experiences while ensuring reasonable profits for private operators through comprehensive market analyses, financial evaluations, and stakeholder engagement for 27-30 upcoming concession contracts, including resorts and ferry services. This initiative is crucial for maintaining high-quality services on government-owned land and effectively managing private sector contributions to park services. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a ceiling of $5 million, requires proposals to be submitted by February 27, 2025, with the anticipated performance period spanning from March 27, 2025, to March 26, 2030. Interested parties can contact Christina Gingras at christinagingras@nps.gov for further information.
    B--This acquisition is a new requirement that solicits for a 5-year Indefinite Del
    Buyer not available
    The National Park Service (NPS) is seeking proposals for a new Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on socioeconomic research and analysis services. The primary objective of this procurement is to gather and analyze data related to visitor experiences, regional economic impacts, and community engagement, which will inform agency planning and management decisions. This initiative is crucial for enhancing land management practices and improving visitor experiences across NPS sites. The contract is anticipated to be awarded in March 2025, covering an initial five-year term with a potential six-month extension, and interested parties must be registered in the System for Award Management (SAM) with an active Unique Entity Identifier (UEI) to submit proposals. For further inquiries, contact Christina Gingras at christinagingras@nps.gov.
    Notice of Intent for Request for Qualifications/Request for Proposals to Manage Commercial Visitor Services at Bryce Canyon National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified entities to manage commercial visitor services at Bryce Canyon National Park. This opportunity involves a management agreement aimed at enhancing visitor experiences, as outlined in the Visitor Experience Improvements Authority under the National Park Service Centennial Act. The services are crucial for maintaining and improving the recreational offerings within the park, ensuring a high-quality experience for visitors. Interested parties should note that the solicitation will be issued on or after February 18, 2025, with the intention to award the management agreement by December 16, 2025. For further inquiries, contact Kurt Rausch at kurtrausch@nps.gov.
    VIPR I-BPA for Emergency Medical Responder for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified vendors to provide Emergency Medical Responder (EMR) services and ambulance support for Region 13 through the Vendor Incident Portal (VIPR). The procurement focuses on Advanced Life Support (ALS) and Basic Life Support (BLS) ambulance services, ensuring compliance with state regulations and operational guidelines for emergency medical services during wildfire incidents. This opportunity is critical for maintaining effective emergency response capabilities in forested areas, particularly during fire seasons, and emphasizes the importance of qualified personnel and appropriate medical equipment. Interested vendors can contact Cristina Heaney at cristina.heaney@usda.gov or by phone at 406-599-3199 for further details regarding the solicitation process and requirements.
    G--2025 CAHA LIFEGUARD SERVICES
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking proposals for lifeguard services at Cape Hatteras National Seashore, North Carolina, for the period from April 1, 2025, to September 30, 2025. The contractor will be responsible for providing certified lifeguards at designated beach locations, ensuring compliance with safety regulations, conducting daily safety reports, and responding to emergencies, thereby promoting public safety for the millions of visitors to the area. This procurement is a total small business set-aside, emphasizing the importance of qualified small businesses in delivering essential recreational safety services. Interested parties must submit their proposals by February 25, 2025, and can direct inquiries to Marilia Mateo at mariliamateo@nps.gov.
    S--Unarmed Security Guard Services
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking to procure Unarmed Security Guard Services through a presolicitation notice. The contract, designated as a Firm-Fixed-Price (FFP) arrangement, will span five years, comprising one base year and four optional years, and will cover various locations including the Washington Monument and Lincoln Memorial. This initiative is part of the Indian Small Business Economic Enterprise (ISBEE) set-aside program, emphasizing the government's commitment to supporting small businesses while ensuring compliance with procurement regulations. Interested contractors should prepare for the solicitation release around March 10, 2024, and must register in the System for Award Management (SAM) with a valid Unique Entity Identifier (UEI) to be eligible. For inquiries, contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322.
    D--MWRO - CIS CAD Support and Maintenace contract
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for the CIS CAD Support and Maintenance contract, aimed at providing essential technical support for its Computer Information System (CIS) Computer Aided Dispatch (CAD) system across five Midwest Region Dispatch Centers. The contract will cover a three-year performance period from March 1, 2025, to February 29, 2028, with a firm-fixed price structure and a total small business set-aside designation to encourage participation from small businesses. This procurement is critical for ensuring uninterrupted CAD services, including 24/7 technical support, software updates, and system maintenance, thereby enhancing operational efficiency and security within the National Park Service. Interested contractors must submit their quotations by the extended deadline of 11:00 AM CST on February 14, 2025, and can reach out to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606 for further information.
    GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive preservation work on asphalt roads and parking lots within the George Washington Memorial Parkway across Maryland and Virginia. The project aims to enhance infrastructure through tasks such as seal coating, milling, overlaying, and crack sealing, while adhering to strict environmental and safety protocols to minimize public disruption and protect historical resources. With an estimated contract value exceeding $10 million, this Small Business set-aside opportunity requires contractors to submit sealed proposals by the specified deadlines, with a performance period from March 21, 2025, to May 11, 2026. Interested parties can contact Zaira Lupidi at zairalupidi@nps.gov for further information.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.