SAPU 102-34
ID: 140P2125Q0035Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Offices of Real Estate Appraisers (531320)

PSC

SUPPORT- PROFESSIONAL: REAL PROPERTY APPRAISALS (R411)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide appraisal services for a 29.56-acre property adjacent to the Salinas National Monument in Mountainair, New Mexico. The objective of this procurement is to conduct a market value appraisal that adheres to federal standards, ensuring fair compensation for the property rights acquired, including verification of access rights and consideration of any water or mineral rights. This appraisal is crucial for facilitating the government's acquisition process and maintaining transparency in public land transactions. Interested bidders must submit their quotes by February 27, 2025, and possess a valid Certified General Appraiser license in New Mexico, with the completed appraisal report due within 30 days of contract award. For further inquiries, contact Luis Cibrian at luis_cibrian@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is pursuing a market value appraisal for a 29.56-acre property (SAPU 102-34 - Critchfield) located in Mountainair, NM, to facilitate total acquisition. The site, owned by Judy Critchfield, is adjacent to the Salinas National Monument and includes various improvements, such as a residence and agricultural structures. The appraisal will be conducted following the Uniform Appraisal Standards for Federal Land Acquisitions (UASFLA) and the Uniform Standards of Professional Appraisal Practice (USPAP) and aims to establish fair compensation for the property rights acquired. Key conditions of the appraisal include verification of access rights and inclusion of any water or mineral rights in the valuation. The appraiser must report on potential encumbrances and analyze how these may affect property value, including a former flagstone quarry on-site, which is currently not active. The report is to be structured according to the UASFLA format, with a focus on market activity and the selection of comparable sales. The completed appraisal report is due within 30 days from contract award, and all communications regarding the assignment must remain confidential. This appraisal underscores the government's commitment to transparency and fair compensation in public land acquisitions.
    The UASFLA 6th Edition Appraisal Review Checklist provides comprehensive guidelines for appraisal reporting for the National Park Service (NPS). It outlines necessary requirements for various sections of the appraisal report, including the title page, letter of transmittal, table of contents, appraiser's certification, and executive summary. Each section is assessed for compliance, ensuring essential details such as property identification, effective date, appraiser opinions, legal descriptions, and neighborhood data are thoroughly documented. The checklist emphasizes the need for high-quality factual data concerning property characteristics, improvements, market conditions, and legal constraints. It delineates specific appraisal methodologies—sales comparison, cost approaches, and income capitalization—outlining requirements for documenting comparable sales, market analysis, and the appraiser’s reasoning behind their valuation. The document culminates in a reconciliation of values before and after acquisition, ensuring clear allocation of value loss and potential impacts on the remainder property. Overall, the purpose of the checklist is to ensure compliance with federal appraisal standards, facilitating accurate and unbiased valuation processes in order to align with government acquisition policies, fostering transparency and accountability in public sector land acquisitions.
    The file outlines the acquisition of a parcel of land, designated as Tract 102-34, located within the Salinas Pueblo Missions National Monument in Torrence County, New Mexico. The parcel, described in detail by its survey coordinates and measurements, encompasses an area of 29.56 acres. The legal boundaries are defined starting from a specific corner of Section 36 and include several directional measurements leading back to the Point of Beginning. This document serves as a formal notification of the interest in acquiring land fee-simple, likely for federal management or conservation purposes related to the national monument. The meticulous description of the parcel's boundaries indicates the necessary precision required for land transactions and preservation efforts. As part of federal initiatives, this acquisition aligns with efforts to maintain and protect national heritage sites.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits applicable to federal contracts within New Mexico. Effective January 30, 2022, contractors must pay at least $17.75 per hour or the applicable wage rate for workers performing on contracts, adjusted annually. The document enumerates various occupations, providing specific wage rates for administrative, automotive, food preparation, health, information technology, and other service categories, with notes on fringe benefits, paid sick leave, and holiday entitlements. Additionally, it outlines procedures for classifying unlisted job roles under the conformance process. This document is essential for ensuring compliance with federal wage standards, protecting workers' rights, and informing contractors on their payment obligations for services rendered under government contracts. By setting clear wage structures and worker benefits, it aims to promote fair labor practices in the federal contracting landscape.
    The document outlines Request for Quotation (RFQ) number 140P2125Q0035 issued by the National Park Service for appraisal services supporting the Salinas National Monument. It emphasizes that the acquisition is a total small business set-aside, with a specific focus on real estate appraisal services under NAICS code 531320, allowing for businesses with revenues up to $9.5 million. Quotes must be submitted by February 27, 2025, with detailed specifications of the required work provided in a Statement of Work dated January 14, 2025. Essential qualifications for bidders include a valid Certified General Appraiser license in New Mexico, relevant experience in similar assignments, and adherence to a stipulated performance timeline. Evaluation criteria cover pricing, technical abilities, past performance, and specific documentation related to licensing and experience, reinforcing compliance with federal standards. The objective is to secure a contractor to conduct a property appraisal in Mountainair, NM, by April 4, 2025. The summary reinforces the importance of a structured bidding process aimed at engaging qualified small businesses while ensuring fair competition and service quality in public contract awards.
    Lifecycle
    Title
    Type
    SAPU 102-34
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    BIG HOLE NB CULTURAL RESOURCES SURVEY
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking a contractor to conduct a Class I and Class III cultural resources survey at Big Hole National Battlefield in Wisdom, Montana. This survey is essential prior to the replacement of the aging sewer system and the installation of new utility lines and facilities within the park, covering approximately 20 acres and adhering to the National Historic Preservation Act's Section 106 compliance. The project involves various tasks, including site visits, documentation review, and both pedestrian and subsurface investigations, all while navigating the challenges posed by the site's remote location. Interested contractors must submit their proposals, including a technical approach and pricing, by March 21, 2025, and can contact Geraldine Larsen at geraldinelarsen@nps.gov for further information.
    Z--CHIRICHAHUA NATIONAL MONUMENT (CHIR) requires the
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the fuel island and tanks at Chiricahua National Monument in Arizona. The project requires contractors to provide all necessary labor, materials, and equipment, with a focus on installing a dual-side dispenser for gas and diesel, while utilizing existing concrete pads. This initiative is crucial for maintaining the infrastructure of the monument, ensuring compliance with federal regulations regarding labor standards, safety, and environmental protocols. Interested contractors must attend a mandatory site visit on February 20, 2025, and submit their quotes by March 7, 2025, with work expected to commence shortly after award notification and conclude by June 10, 2025. For further inquiries, potential bidders can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Nationwide Recapture Appraisal Services
    Buyer not available
    The U.S. Department of Agriculture (USDA), through its Rural Development (RD) program, is seeking proposals for Nationwide Recapture Appraisal Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective of this procurement is to assess the market, liquidation, or disposition values of single-family homes and vacant lots in rural areas, thereby supporting the USDA's mission to improve rural living through housing loans and community development. The contract will require appraisers to adhere to strict qualifications and reporting standards, ensuring compliance with federal regulations and the Uniform Standards of Professional Appraisal Practice (USPAP). Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed to Maria Calica at maria.calica@usda.gov.
    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.
    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.
    SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The National Park Service (NPS) is seeking quotes for the inspection and cleaning of a 50,000-gallon elevated potable water tank located at the Sunset Crater National Monument in Arizona. This procurement is a total small business set-aside, encouraging participation from small enterprises, and requires bidders to demonstrate relevant experience, including documentation of three similar past contracts and a safety plan. The services are crucial for maintaining environmental health and safety standards in federal facilities, ensuring compliance with regulations. Interested contractors must submit their quotations by March 14, 2025, and can direct inquiries to Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625.
    Roller and Asphalt Milling Equipment Rentals for F
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking quotations for the rental of roller and asphalt milling equipment for Yellowstone National Park, with a performance period from July 1 to October 31, 2025. The procurement includes the rental of two pneumatic compactors and one cold asphalt milling machine, along with operator training, emphasizing the need for modern equipment that meets specific safety and performance standards. This initiative is crucial for enhancing the park's infrastructure while ensuring compliance with federal safety regulations and operational efficiency. Interested small businesses must submit their quotations by the specified deadline and can contact Colton Nelson at coltonnelson@nps.gov or 720-390-0199 for further details.
    H--Sewer Mains Cleaning and Video Inspection Service
    Buyer not available
    The Department of the Interior, specifically the National Park Service, 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 National Park Service's commitment to environmental integrity and infrastructure maintenance, with the performance period scheduled from March 31, 2025, to May 12, 2025. Interested contractors must submit their quotes by February 25, 2025, and can contact Billie Thomas at BillieThomas@nps.gov or 406-599-4402 for further inquiries.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    Y--Saint Gaudens National Historical Park - REPAIR FOUNDATION AT BMD MILL
    Buyer not available
    The National Park Service is preparing to issue a Request for Proposal (RFP) for construction work at Saint Gaudens National Historical Park in Cornish, New Hampshire, specifically focused on repairing the foundation of the Blow-Me-Down Mill and conducting additional masonry repairs. This project is significant for preserving the historical integrity of the mill structure, which is vital to the park's heritage. The estimated contract value ranges from $500,000 to $1,000,000, with a firm-fixed price contract type, and it is exclusively set aside for small businesses under NAICS Code 236220. Interested contractors should note that the solicitation is expected to be published around February 3, 2025, and they must contact Contract Specialist Samuel McKenzie at samuelmckenzie@nps.gov for further inquiries.