K--GLACIER BAY RADIO REPEATER REPLACEMENT
ID: 140P9725Q0047Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

MODIFICATION OF EQUIPMENT- COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT (K058)

Set Aside

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

    The Department of the Interior, specifically the National Park Service's Alaska Regional Office, is seeking qualified small businesses to replace radio repeater equipment and shelters in Glacier Bay National Park. The project involves replacing existing equipment at four sites and installing a new repeater at an additional location, with contractors responsible for all labor, materials, and compliance with industry standards and NPS specifications. This initiative is crucial for maintaining effective communication infrastructure in remote park areas, ensuring operational safety and effectiveness. Proposals are due by July 10, 2025, with the anticipated performance period from July 10, 2025, to July 31, 2026. Interested contractors can contact Janet Milson at janet_milson@nps.gov or by phone at 907-201-2581 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is seeking a contractor to replace radio repeater components at five sites within Glacier Bay National Park & Preserve. This project entails replacing equipment at four existing repeater sites and installing a new repeater at one additional site. The contractor will be responsible for providing all necessary labor, materials, and equipment while adhering to industry standards and NPS specifications. Key tasks include site visits, equipment verification, transportation logistics, installation of NPS-supplied equipment, and adherence to scheduled work hours. In cases where existing shelters require replacement, contractors will remove old materials and ensure compliance with environmental standards. The contractor must also validate the functionality of installed systems and provide detailed photographic documentation of the work. The project is slated to begin in late 2025, with a completion deadline of July 31, 2026. The NPS will furnish specific materials and is responsible for pre-acceptance inspections. Additional contracts will be evaluated based on specific options for shelter replacements and site preparations. This initiative reflects the NPS's commitment to maintaining essential communication infrastructure in remote park areas, emphasizing safety and operational effectiveness.
    The document outlines the Contract Price Schedule for a federal solicitation numbered 140P9725Q0047, aimed at replacing five repeater equipment units and two shelters in Glacier Bay. The pricing structure includes a Base line item and multiple Option line items for additional sites, such as Althorp and Beartrack, with a specific requirement that all offers must cover both Base and all Option items to be considered acceptable. The schedule emphasizes the importance of compliance with solicitation documents in the proposal process. This document reflects standard procedures within government RFPs, ensuring full transparency in pricing and project scope for potential contractors. Adherence to these specifications is crucial for the successful execution of the project.
    The document discusses the Wage Determination related to the Service Contract Act (SCA) for various occupations in Alaska, specifically detailing wage and benefit requirements for contractors working on federal service contracts. The latest revision, dated December 23, 2024, includes a comprehensive list of job classifications and their corresponding wage rates and criteria. Key points include the stipulation for workers to earn at least the minimum wage under Executive Orders 14026 and 13658, with additional benefits such as health and welfare contributions, vacation, paid sick leave, and specific allowances for uniforms and hazardous work. Contractors must adhere to these standards and follow a formal process (Form SF-1444) for classifying any job that isn't listed. This document serves as a crucial resource for federal grant applicants and those responding to Requests for Proposals (RFPs), ensuring compliance with labor standards and specifications set by the government. The detailed structure aids in identifying employee rights and contractor responsibilities, fostering compliance and fair employment practices in federally funded projects.
    The Project Experience Questionnaire for solicitation 140P9725Q0047 is designed for offerors to demonstrate their relevant project experience relevant to the proposal. Respondents are instructed to provide detailed information about their companies and previous projects, including project title, location, performance period, and a brief description. They must also list contractors involved, specifying their roles, pricing, and timelines. The document includes a series of questions aimed at elucidating the nature of the project work performed, how it aligns with solicitation requirements, and discusses any changes to original pricing or schedules. Furthermore, it seeks insights into problem-solving strategies during projects and the effectiveness of chosen methodologies. The questionnaire encourages comprehensive responses, which may span multiple pages, enabling offerors to showcase their capabilities in alignment with government standards, particularly in the context of federal grants and state/local RFPs. This structure aims to assess potential contractors thoroughly and ensures that only qualified bidders are considered for government projects.
    The Past Performance Questionnaire is an essential part of the procurement process for Solicitation No. 140P9725Q0047, aimed at evaluating contractors' past project performances. The questionnaire guides the offeror to provide information such as company details, project history, and relevant contract specifics. References are required to assess and rate various performance criteria, including quality of work, adherence to schedules, and compliance with cost controls. Evaluators utilize a defined rating system, with categories ranging from "Exceptional" to "Unsatisfactory," to gauge performance efficacy in areas like management, subcontracting, and regulatory compliance. Contractors must ensure no promotional endorsement can be implied by the provided evaluations, maintaining objectivity in the procurement process. The questionnaire is submitted to the Contracting Officer of the National Park Service, emphasizing transparency and accountability in federal contracting. This document underlines the importance of thorough evaluation in maintaining standards for government projects, fostering effective contractor performance, and supporting informed selection decisions.
    The document is an amendment related to the solicitation 140P9725Q0047 issued by the National Park Service (NPS) for a project scheduled from July 10, 2025, to July 31, 2026. It addresses vendor inquiries and revises certain logistical details, including the new contact number for the Contracting Officer, Janet Milson. Key points include the availability of restrooms for contractors, provisions for helicopter transport (which must be provided by the contractor), and the absence of badging requirements for site installation. Additionally, a secure storage area for contractor equipment at Glacier Bay is designated. The document emphasizes that receipt acknowledgment of this amendment is mandatory, and failure to do so may lead to the rejection of proposals. The amendment's purpose is to clarify project details and ensure all bidders are informed of changes, which is consistent with standard practices in government RFPs and contract modifications.
    The document is an amendment regarding solicitation number 140P9725Q0047, specifically addressing vendor inquiries related to a project involving systems for Law Enforcement communication. The amendment provides responses to several technical questions about the project sites, including the installation of a parallel repeater system and related electrical requirements. Key points include confirmations on the adequacy of existing power systems, specifications for battery configurations, cabling sizes, and solar panel installation details. The period of performance for the project is set from July 10, 2025, to July 31, 2026, under a firm fixed-price contract. The amendment emphasizes the need for acknowledgment of the amendment by contractors and confirms that all previous terms remain unchanged unless altered herein. This document plays an essential role in ensuring clear communication between the contracting office and vendors to facilitate the project’s execution, adhering to federal procurement regulations.
    The document is an amendment to a solicitation regarding the modification of a contract or order issued by the Alaska Regional Office of the National Park Service. The primary purpose of this amendment is to extend the deadline for proposal submissions to July 10, 2025, at 12:00 PM Alaska time, with a new performance period set from July 10, 2025, to July 31, 2026. The amendment outlines that offers must acknowledge receipt of the amendment prior to the specified deadline using prescribed methods, including completing and returning copies of the amendment or through electronic communication. Additionally, it specifies that all other terms and conditions of the original solicitation remain unchanged. Important contact details, including the phone number and email of the Contracting Officer, Janet Milson, are provided for further communication. This document falls within the realm of government RFPs, indicating procedural updates necessary for potential contractors while ensuring adherence to regulatory requirements in the proposal submission process.
    The document outlines Amendment 4 to solicitation number 140P9725Q0047, focusing primarily on vendor inquiries related to a contract modification. The amendment specifies that offers must acknowledge receipt of this amendment to be considered valid, detailing acceptable methods for acknowledgment. Key vendor questions addressed include the acceptance of email responses despite no bonding requirement, clarification on the bid schedule for cost allocation, and the contractor's responsibility to locate or construct suitable shelter models without a specific manufacturer provided. The period of performance for the contract is set from July 10, 2025, to July 31, 2026. This document serves to ensure clarity and guide contractors in the bidding process, reflecting the standard operating procedures involved in government contract modifications and solicitations. Overall, it emphasizes adherence to specifications and requirements essential for submitting compliant offers.
    The document is an amendment to solicitation 140P9725Q0047, issued by the National Park Service's Alaska Regional Office, modifying details of a contract related to the construction or acquisition of shelters. It provides clarification on technical specifications including weight and design features of the shelters, power needs, foundation requirements, and ventilation options, reflecting vendors' inquiries. Notably, the amendment confirms that the due date for offers will not be extended beyond the specified deadline, and no further questions will be taken. The anticipated period of performance for the contract is from July 10, 2025, to July 31, 2026. This communication serves to ensure that all contractors and vendors are aligned with the updated requirements and can adequately prepare their offers to meet the project specifications. The contracting officer, Janet Milson, has outlined the expectations and necessary responses, underlining the important parameters for compliance in the bidding process. Overall, this amendment maintains the integrity of the RFP process while providing essential guidance for potential contractors.
    The document is a Request for Quotation (RFQ) numbered 140P9725Q0047 issued by the National Park Service for the replacement of radio repeater equipment and shelters in Glacier Bay National Park. The RFQ is specifically set aside for small businesses, with bids due by July 8, 2025, and a performance period running from July 10, 2025, to July 31, 2026. The project includes multiple tasks, such as replacing existing equipment and providing new shelters at various locations. Key aspects include the requirement for contractors to be experienced in similar work at remote sites and for technicians to adhere to Motorola installation standards. The solicitation stipulates that the government will evaluate proposals based on experience, qualifications, and pricing, but retains the right to choose not to execute all options presented. The contract type is firm-fixed price, emphasizing cost control. Compliance with federal regulations, including terms concerning employee rights, environmental responsibility, and procurement integrity, is mandated. Additionally, bidders must be registered in the System for Award Management (SAM) when submitting their quotes. The RFQ’s structure reflects standard government procurement practices, focusing on transparency, accountability, and fair competition for small businesses in government contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.