Supply and delivery of alfalfa hay for Yosemite Na
ID: 140P8525Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Hay Farming (111940)

PSC

FORAGE AND FEED (8710)

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 qualified small businesses to supply and deliver 175 tons of Certified Weed-Free Alfalfa Hay to Yosemite National Park, located in Mariposa County, California. The procurement aims to fulfill the park's requirements for high-quality forage, essential for maintaining the health of its wildlife and supporting park operations. The performance period for this contract is from May 1, 2025, to August 31, 2025, with quotes due by 5:00 PM Pacific Time on February 19, 2025. Interested offerors must submit their quotes electronically and direct any questions to Charlene Flanagan at charlene_flanagan@nps.gov by February 12, 2025.

    Point(s) of Contact
    Flanagan, Charlene
    (209) 379-1465
    (307) 344-2104
    Charlene_Flanagan@nps.gov
    Files
    Title
    Posted
    The document details Solicitation 140P8525Q0007 for the supply and delivery of 175 tons of Certified Weed-Free Alfalfa Hay to Yosemite National Park, with a performance period from May 1, 2025, to August 31, 2025. It serves as a combined synopsis/solicitation prepared pursuant to Federal Acquisition Regulations (FAR), with the intent to award a firm fixed-price contract to a qualified small business provider. The solicitation specifies that only offers from small businesses are considered and defines eligibility requirements under NAICS code 111940. Evaluation factors for bids include price, technical ability to meet specifications, and past performance demonstrated through relevant project examples. Interested offerors must submit a detailed checklist with their quotes, including a signed SF 1449 form and evidence of the ability to provide certified weed-free hay. Submissions must adhere to specific instructions and be sent electronically. The solicitation affirms compliance with various FAR clauses relevant to commercial services, emphasizing ethics, contractor responsibilities, and payment processes through the Invoice Processing Platform (IPP). This document highlights the National Park Service's commitment to procure goods while ensuring fairness and proper solicitation in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    56--YELL - Hot Mix Asphalt
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the provision of hot mix asphalt services at Yellowstone National Park. The project requires the contractor to supply and mix approximately 6,300 tons of hot mix asphalt using a mobile plant located at Norris Junction Pit, with operations scheduled from August 1, 2025, to October 31, 2025. This procurement is vital for maintaining the park's road infrastructure, ensuring safe access for visitors while adhering to environmental standards and operational protocols. Interested vendors must submit their proposals by March 17, 2024, and direct any inquiries to Sally Leitch at sallyleitch@nps.gov or by phone at 720-450-5172.
    Manure Removal Services-Washington D.C. Metro Area
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking qualified small businesses to provide manure removal services for the United States Park Police's Horse Mounted Patrol Unit in the Washington D.C. Metro Area. The contract, designated as a Firm-Fixed Price award, requires vendors to manage all aspects of manure removal, including providing dumpsters and ensuring compliance with disposal regulations, with an initial term from April 16, 2025, to April 15, 2026, and options for four additional years. This procurement is crucial for maintaining sanitary conditions at the stables, supporting the operational efficiency of the equestrian unit. Interested vendors must submit their quotes electronically to Michelle Shoshone at michelleshoshone@nps.gov by 5:00 PM EST on March 24, 2025, and are encouraged to demonstrate their capabilities in accordance with the outlined requirements.
    Lake Fire Sawmill Liebre Reforestation Weed Control, Angeles National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide herbicide application services for weed control as part of the Lake Fire Sawmill Liebre Reforestation project in the Angeles National Forest, California. The contractor will be responsible for applying glyphosate herbicide to non-native invasive weeds across approximately 194 acres of designated areas, ensuring the protection of government seedlings and natural trees while adhering to strict safety and environmental protocols. This initiative is crucial for ecological restoration and sustainable forest management following the impacts of the Lake Fire. Interested contractors must submit their quotes by March 14, 2025, and can contact Erin Scott-James at erin.scott-james@usda.gov or 208-590-6768 for further information.
    Animal Packing Services into Wilderness Areas
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at the Klamath National Forest, is seeking proposals for animal packing services to support post-fire recovery efforts in Northern California's Trinity Alps, Russian, and Marble Mountain Wilderness Areas. The contract requires the provision of up to five pack mules or horses, along with necessary riding animals and helpers, to transport food, supplies, and equipment for trail maintenance and recovery work over a one-year period. This initiative is crucial for restoring access and resources in areas affected by severe wildfires, while also promoting sustainable outdoor practices in line with the Leave No Trace principles. Interested contractors should contact Kari Hughes at kari.hughes@usda.gov or call 805-291-6349 for further details, and proposals must comply with federal wage determinations and safety regulations outlined in the associated documents.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    FY25 Rogue Bird Weed
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide commercial services for the FY25 Rogue Bird Weed project at the Eldorado National Forest in California. The contract involves a range of tasks including rogueing, birding, weeding, and sowing, aimed at managing plant growth and protecting new seed beds at the Placerville Nursery. This initiative is crucial for maintaining healthy forest resources and promoting environmental stewardship, with the contract period running from April 7 to October 6, 2025. Interested contractors must submit proposals via email, detailing their technical approach, past performance, and pricing, with evaluations focusing on technical capability and past performance. For further inquiries, contact Chris Kane at christopher.kane2@usda.gov.
    P--Crystal Creek Camp Demolition, NPS-WHIS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotations for the demolition of Crystal Creek Camp located in Whiskeytown National Recreation Area, California. The project entails the systematic dismantling of various structures, including those containing hazardous materials such as asbestos, along with site grading and restoration efforts, all while adhering to environmental and safety regulations. This initiative is part of the federal commitment to enhance national recreation areas by removing outdated facilities and restoring natural conditions, thereby improving ecological integrity and visitor experience. Interested small business contractors must submit their quotations by April 4, 2025, with the project scheduled for execution between September 1 and December 31, 2025. For further inquiries, contractors can contact Rocio Gomez Macias at rociogomezmacias@nps.gov or by phone at 415-464-5204.
    S--ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior's National Park Service is seeking qualified vendors to provide insect and rodent control services at the Organ Pipe Cactus National Monument in Arizona under solicitation number 140P1525Q0039. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option for up to four additional years, aimed at ensuring a safe environment for park visitors by effectively managing pest-related challenges. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and demonstrate their capabilities through an experience narrative and references for similar projects. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Polaris Snowmobile Sierra NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    56--Gravel for Sacramento NWRC
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the supply and delivery of gravel and riprap materials for the Sacramento National Wildlife Refuge, under solicitation number 140FGA25Q0009. The procurement includes a base requirement for 550 tons of ¾ AB gravel, 2,000 tons of 18” minus riprap, and 2,000 tons of 1 ½” AB gravel, with options for additional quantities, all aimed at enhancing water control structures and stabilizing banks within the refuge. This initiative underscores the importance of maintaining environmental infrastructure while engaging small business vendors, as the contract is set aside for total small business participation. Quotations must be submitted by March 26, 2025, with a performance period expected to commence 30 days post-award, and interested parties can contact Justine Coleman at justinepasiecnik@fws.gov or by phone at 413-253-8287 for further details.