MWRO - CIS CAD Support and Maintenace contract
ID: 140P6025Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MIDWEST REGION(60000)OMAHA, NE, 68102, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR) (DJ01)

Set Aside

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

    The National Park Service (NPS) 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 base year from March 1, 2025, to February 28, 2026, with two optional extension years, ensuring 24/7 technical support, software updates, and remote diagnostics to maintain operational efficiency and security. This procurement is critical for the uninterrupted functioning of the CAD services, with a total small business set-aside designation under NAICS Code 541511, and interested vendors must submit their quotes by February 12, 2025, to Adam Kircher at adam_kircher@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior's National Park Service is seeking a contractor to provide maintenance and support for its Computer Information System (CIS) Computer Aided Dispatch (CAD) system used across five Midwest Region Dispatch Centers. This contract will be for a one-year base period with two optional extensions, commencing March 1, 2025. The contractor will deliver 24/7 technical support for system maintenance, including software updates and remote diagnostics, ensuring uninterrupted CAD services. Key obligations include prompt error corrections, system upgrades at no additional cost, and comprehensive documentation. The contractor must facilitate access to user workstations through remote assistance tools and maintain diagnostic support services for network technology issues. Users are required to consistently back up their data and maintain system specifications. This RFP reflects the government's commitment to operational efficiency and security in its technical systems supporting national parks.
    The National Park Service (NPS) seeks approval for a contract to provide Computer Information System (CIS) Computer Aided Dispatch (CAD) support and maintenance, specifically for brand name products from a unique manufacturer. This justification outlines the necessity to limit competition due to the proprietary nature of the CIS CAD software, currently used by five dispatch centers in the Midwest Region. Transitioning to an alternative product would result in significant costs and time due to the requirement of a new authorization to operate and equipment purchases. The NPS will post a solicitation on sam.gov, encouraging potential vendors although only one authorized reseller, TribalCo, exists for the CAD system. The contracting approach adheres to the Federal Acquisition Regulations, asserting that no other equivalent solutions meet NPS needs. Overall, this acquisition is deemed essential for ongoing maintenance, with a contract set for one year with two possible extensions, commencing March 1, 2025. The document stresses the government's focus on ensuring fair and reasonable pricing and the challenges posed by the lack of alternative products.
    The document outlines a Request for Quotation (RFQ) issued by the National Park Service for CIS CAD support and maintenance services. Specifically, it seeks quotations for support and maintenance over a three-year performance period from March 1, 2025, to February 29, 2028, with specific tasks outlined for each of the three years, including a base year and two option years. The agency emphasizes a firm-fixed price contract type and encourages small businesses to participate, as indicated by the small business set-aside designation. Key documents and stipulations such as clauses related to the limitations on payments, System for Award Management maintenance, and other compliance requirements are referenced. The solicitation details the information required from bidders, including a checklist for quote submission, pricing schedules, and contractor core data, highlighting strict deadlines for submission. This RFQ emphasizes the government's intent to procure services with the highest value while ensuring compliance with federal regulations. The document is structured methodically, guiding potential contractors through the submission process while ensuring that required representations and certifications are met. Overall, it serves as a critical communication tool for facilitating the acquisition of essential IT and telecom support services by the National Park Service.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DISPATCH SERVICES, CUGA
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotes for Dispatch Services at Cumberland Gap National Historical Park (CUGA) for the fiscal year 2025, from March 1, 2025, to February 28, 2026. The contract requires 24-hour dispatching support to enhance law enforcement and emergency services communications, including monitoring radio frequencies and 9-1-1 calls, tracking law enforcement rangers, and maintaining communication logs. This service is crucial for ensuring safety and operational efficiency within the park, reflecting the federal government's commitment to effective communication support. Interested vendors must submit their quotations by 12:00 PM EST on February 20, 2025, and can direct inquiries to Marilia Mateo at mariliamateo@nps.gov.
    BRCA GASBOY SOFTWARE UPGRADE
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations from small businesses for a Gasboy Software Upgrade at Bryce Canyon National Park in Utah. The procurement aims to enhance the existing software in accordance with a detailed statement of work, with a performance period set from February 17 to May 31, 2025. This upgrade is crucial for maintaining efficient fuel management operations within the park, ensuring compliance with telecommunications standards and enhancing service delivery. Interested vendors must submit their quotations via email by February 7, 2025, including required documentation and pricing schedules, and can direct inquiries to Luke Bowman at lukebowman@nps.gov or by phone at 928-638-7363.
    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.
    DINO: GRD WATER SYSTEM RADIO TRANSMISSION
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting bids for a federal contract titled "DINO: GRD WATER SYSTEM RADIO TRANSMISSION" aimed at installing and repairing a wireless communication system at Dinosaur National Park. The project involves the installation of a Motorola R56 Standard wireless receiver and transmitter, along with a solar power system, to facilitate reliable communication between the Green River District pumphouse and water storage tanks, thereby enhancing water supply monitoring. This initiative underscores the NPS's commitment to improving infrastructure while promoting small business engagement, as the solicitation is designated as a total small business set-aside. Interested contractors must submit their offers by 8:00 AM on February 14, 2025, and are required to comply with federal acquisition regulations, including registration with the System for Award Management (SAM). For further inquiries, contractors can contact Kiara Stewart at kiarastewart@nps.gov.
    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.
    CANY 2024 LE VEHICLE UPFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for the upfitting of law enforcement vehicles at Canyonlands National Park in Utah. The primary objective of this procurement is to outfit vehicles for emergency services, with a contract performance period scheduled from February 17, 2025, to August 1, 2025. This initiative underscores the importance of equipping law enforcement with reliable vehicles to ensure safety and effective response in national parks. Interested small businesses must submit their quotations to Luke Bowman via email by February 7, 2025, and are reminded to be registered in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI) prior to submission.
    GRSM GRAVEL FOR PARK ROADS
    Buyer not available
    The National Park Service (NPS) is seeking a qualified vendor to provide, haul, and dump gravel for road maintenance within the Great Smoky Mountains National Park, covering areas in Tennessee and North Carolina. The project aims to ensure the integrity and safety of park roads, with a contract duration from April 1, 2025, to September 30, 2025, and a total small business set-aside designation to promote participation from small businesses. This procurement is critical for maintaining park infrastructure while adhering to environmental regulations, including sourcing gravel from approved quarries and implementing measures to prevent invasive species. Interested vendors must submit their quotes by February 24, 2025, and direct any inquiries to Ashley Warcewicz at ashleywarcewicz@nps.gov by February 14, 2025. The contract will be awarded based on the best value to the government, with all interested parties required to register in the System for Award Management (SAM) prior to submission.
    LANDS-REDW 12-187 SURVEY
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors to provide professional land surveying services for boundary surveys at Redwood National Park in California, specifically for tracts 12-89, 12-90, and 12-91. The project aims to establish boundaries, mark lines, and investigate potential encroachments from adjacent private properties, ensuring compliance with federal and state regulations. This procurement is critical for effective land management and preservation within the National Park System, contributing to the protection of natural resources and historical markers. Interested small businesses must submit their quotes by February 20, 2025, with questions due by February 11, 2025, and can contact Luis Cibrian at luiscibrian@nps.gov for further information. The total budget for this project is approximately $19 million, with a contract period expected from February 25, 2025, to December 5, 2025.
    ANNUAL FIRE SYSTEMS ITM
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the Annual Fire Systems Inspection, Testing, and Maintenance (ITM) at Big Bend National Park in Texas. The procurement requires qualified vendors to conduct comprehensive inspections of various fire protection systems, including fire alarms and sprinkler systems, ensuring compliance with National Fire Protection Association (NFPA) and International Fire Code (IFC) standards. This initiative is crucial for maintaining life safety systems within the park, thereby ensuring the safety of both visitors and staff. Interested vendors must submit their quotations by February 21, 2025, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.