DINO: GRD WATER SYSTEM RADIO TRANSMISSION
ID: 140P1425Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR NORTHERN ROCKIES(12200)YELWSTN NL PK, WY, 82190, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)

Set Aside

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

    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 kiara_stewart@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as the Register of Wage Determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, providing minimum wage rates and fringe benefits applicable to federal service contracts in Colorado counties including Eagle and Garfield. It outlines requirements under Executive Order (EO) 14026, stipulating a minimum wage of $17.75 per hour for contracts effective on or after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. A comprehensive list of occupations is provided, detailing hourly wage rates and fringe benefits, along with stipulations for sick leave, vacation, and health coverage. The document highlights the criteria for job classification and the appeal process for unlisted positions. This regulatory framework ensures fair compensation and protection for service workers while facilitating compliance from federal contractors involved in service contracts, thereby playing a crucial role in equipping these entities with guidelines for adherence to labor standards in government contract engagements.
    This document, titled "Register of Wage Determinations Under the Service Contract Act," outlines wage rates and conditions for federal contractors in specific occupations in Utah as defined by U.S. Department of Labor (DOL) regulations. It specifies minimum hourly wages that contractors must pay based on contract start or renewal dates, adhering to Executive Orders 14026 and 13658. For example, contracts initiated after January 30, 2022, require a minimum wage of $17.75 per hour for covered workers. Various occupational titles are listed along with their corresponding wage rates, fringe benefits, and required worker protections, such as paid sick leave under Executive Order 13706. The document emphasizes compliance with additional benefits, including health and welfare payments, vacation, and paid holidays. It also outlines conformance procedures for any job classifications not listed, requiring a formal review process. The wage determination reflects the government's commitment to fair labor practices and ensures that workers on government contracts receive appropriate compensation and benefits. This framework is critical for compliance with federal contracting laws, particularly for entities in the service sector.
    The project at Dinosaur National Monument involves the installation of a wireless radio system to facilitate communication between the Green River District Pumphouse and the nearby water storage tanks. This system includes the installation of a Motorola R56 Standard transmitter and receiver, as well as a solar power array with batteries. The design accounts for challenging terrain, necessitating the installation of multiple transmitters and receivers to ensure reliable signal transmission. Additionally, the project adheres to guidelines set by the Radio & Spectrum Management Branch, emphasizing compliance with Motorola R56 Standards and precautions to avoid interference with existing NPS systems. Safety measures include the posting of yellow RF CAUTION and NO TRESPASSING signs at the transmitter site, which must also be secured when not in use. The contract execution is scheduled for March 1 to March 31, 2025. Overall, the project aims to improve communication infrastructure at the park, ensuring operational efficiency while maintaining compliance with safety and regulatory standards.
    The National Park Service (NPS) is soliciting bids for a contract related to the installation and repair of 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, allowing communication between the Green River District pumphouse and water storage tanks. The solicitation is a Request for Quotation (RFQ) numbered 140P1425Q0014, designated as a total small business set-aside, with a deadline for offers by 8:00 AM on February 14, 2025. The aim is to ensure reliable water supply monitoring. Interested contractors must comply with numerous federal acquisition regulations, provide a detailed project narrative demonstrating their capability, and include pricing information. Contractors must also be registered with the System for Award Management (SAM) and submit payment requests electronically through the U.S. Treasury's Invoice Processing Platform. This initiative reflects the NPS's commitment to enhancing infrastructure while adhering to regulations and promoting small business engagement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    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.
    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.
    Y--MEVE 317500, Replace Morefield Waterlines, Mesa Verde National Park CO
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the replacement of waterlines at Mesa Verde National Park, identified as project MEVE 317500. This project involves the construction of water supply facilities, which are critical for maintaining the park's infrastructure and ensuring reliable water access. A site visit is scheduled for December 10, 2025, from 9:00 AM to 1:00 PM MT at the Mesa Verde Visitor Center, and interested parties must RSVP by December 8, 2025, to participate. For further inquiries, contractors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for Passive Integrated Transponder (PIT) tags and associated equipment, including readers, implanters, antenna systems, and software. This procurement aims to support the tracking of animals, primarily fish, which is essential for research and monitoring within the Department. The anticipated contract will be a five-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a Partial Small Business Set-Aside for specific CLINs, allowing for awards to up to two large businesses and three small businesses. Interested parties should monitor www.SAM.gov for the official solicitation expected in January 2026, and may contact Russell Oaks at rdoaks@usbr.gov or 801-524-3825 for further information.