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
    Amendment 1: Request for Proposals to Provide Guided Interpretive Whitewater River Trips within Dinosaur National Monument
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for up to 11 Concession Contracts to provide guided interpretive whitewater river trips within Dinosaur National Monument. The contracts aim to enhance visitor experiences by offering educational and recreational river trips, contributing to the park's mission of promoting outdoor activities and environmental awareness. Interested parties must submit a Notice of Intent to Propose by July 28, 2025, and electronic proposals by August 12, 2025, with all submissions to be made via the NPS’s Microsoft Teams platform. For further inquiries, contact Jennifer Parker at imrconcessions@nps.gov.
    National Park Service (NPS) ¿ Denver Service Cente
    Buyer not available
    The National Park Service (NPS) is soliciting bids for a significant construction project aimed at replacing the Mammoth Wastewater Collection System in Yellowstone National Park. This project involves various tasks such as sewer pipe replacement, rehabilitation, and infrastructure updates, organized into eight Contract Line Item Numbers (CLINs) that include open cut excavation, pipe bursting, and manhole repairs. The initiative is crucial for maintaining the park's critical infrastructure while adhering to strict environmental protection standards and operational excellence. Interested contractors must submit sealed bids, including required documentation, to the Contracting Officer by the specified deadline, and can contact Jason Longshore at JasonLongshore@nps.gov or 303-969-2288 for further information.
    DINO PROFESSIONAL ARBORIST SERVICES 2025
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to provide Hazardous Tree Mitigation Services at Dinosaur National Monument in Colorado for the year 2025. The primary objective is to hire a certified arborist to assess and mitigate hazardous trees in designated campgrounds and developed areas, ensuring compliance with ANSI standards for tree care and prioritizing public safety and environmental stewardship. This contract, which is a 100% small business set-aside under NAICS code 561730, emphasizes the importance of technical capability, relevant experience, and adherence to federal employment standards throughout the project. Proposals are due by August 7, 2025, and interested parties can contact Sally Leitch at sallyleitch@nps.gov or call 720-450-5172 for further information.
    Y--SPECIAL NOTICE - INDUSTRY DAY/PROJECT PRESENTATION
    Buyer not available
    The Department of the Interior's National Park Service (NPS) is hosting a Special Industry Day for the GRCA 318719 project, which focuses on the rehabilitation of utility systems at the North Rim and Roaring Springs in the Grand Canyon, Arizona. The project aims to upgrade critical infrastructure, including water, wastewater, electrical, and communication systems, with a significant component involving directional drilling for new utility lines. Interested contractors are required to register for the virtual presentations scheduled for August 19, 2025, and an onsite visit on August 27, 2025, and must have an active registration in the Systems for Awards Management (SAM) to participate. For further inquiries, potential vendors can contact James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    GRCA REPAIR RADIATOR - CAT D7 DOZER
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide repair services for the radiator system of a Caterpillar D7 Dozer at Grand Canyon National Park. The procurement requires a certified Caterpillar technician to perform a complete teardown, inspection, cleaning, and reassembly of the radiator system to ensure the Dozer operates effectively and prevents engine overheating during heavy use. This maintenance is crucial for the operational efficiency and safety of equipment used in land management activities within the national park. Quotes must be submitted electronically by July 14, 2025, with the contract performance period scheduled from July 16 to August 16, 2025. Interested parties should direct any questions to Lindsay McLaughlin at lindsaymclaughlin@nps.gov by July 7, 2025.
    REPLACE FUEL SYSTEM LINES & COMPONENTS AT DRY TORT
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of fuel system lines and components at Dry Tortugas National Park. This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set aside, aims to enhance the park's infrastructure and operational safety following damage from recent storms. Contractors are required to submit proposals that include a completed SF-1442 form, technical proposals, past performance questionnaires, and a detailed cost proposal, with a bid guarantee of 20% of the total bid amount. The estimated project cost ranges from $250,000 to $500,000, and performance is expected to commence within 10 calendar days post-award, with a completion timeframe of 45 calendar days. Interested parties should contact William Vazquez at WilliamVazquez@nps.gov or call 470-819-0934, with proposals due by August 4, 2025.
    Z--DEVA - REHAB STOVEPIPE WELLS RO BLDG
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Stovepipe Wells Reverse Osmosis Building located in Death Valley, California. This project aims to enhance the functionality and safety of the aging facility, which includes tasks such as installing metal decking, replacing HVAC units, and updating lighting to LED. The contract is a 100% Small Business Set-Aside, with an estimated value between $500,000 and $1,000,000, and requires compliance with federal regulations, including labor standards and safety protocols. Interested contractors must submit their bids electronically by July 16, 2025, with a mandatory site visit scheduled for June 23, 2025, and the contract performance period commencing on September 1, 2025, and concluding by February 1, 2026. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
    N--Replace Pumps at Lake Mead National Recreation Are
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a firm fixed-price contract to replace pumps and motors at the Lake Mead National Recreation Area. This project involves the installation of twelve pumps across three developed areas—Katherine Landing, Callville Bay, and Echo Bay—requiring compliance with specific performance standards and environmental regulations. The contract is set aside for small businesses under NAICS code 221310, with a pre-bid site visit scheduled for June 25, 2025, and proposals due by July 14, 2025. Interested contractors should contact Bradley Metler at BradleyMetler@nps.gov for further details, with the project expected to commence on July 21, 2025, and conclude by January 31, 2026.
    Z--SAPU-REPLACE POTABLE WATER LINE AT ABO U
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the potable water line at the Abo Unit of the Salinas Pueblo Missions National Monument in New Mexico. The project involves replacing the water line from the well house to the visitor center, installing a chlorine contact tank, and a sanitary yard hydrant, while adhering to strict environmental and safety standards. This initiative is crucial for enhancing water services and preserving cultural heritage within the National Park System, with an estimated contract value between $25,000 and $100,000. Interested contractors must initiate work within ten days of receiving a notice to proceed and complete the project within sixty days, with inquiries directed to Contracting Officer Brian Dankmeyer at BrianDankmeyer@nps.gov or by phone at 202-573-5697.
    JOTR GREENHOUSE & FENCING INSTALLATION
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the installation of a greenhouse and fencing at Joshua Tree National Park. This project aims to enhance native plant production by constructing a 24’x48’ greenhouse equipped with natural ventilation, propane heating, and environmental controls, alongside a chain-link fence to secure the nursery area. The initiative is crucial for improving operational capabilities and accessibility, addressing the aging infrastructure while promoting habitat restoration and collaboration with local agencies. The estimated project value ranges from $250,000 to $500,000, with a performance period from September 1, 2025, to July 1, 2026. Interested small businesses must submit their bids electronically by the specified deadline and can contact Caroline Bachelier at carolinebachelier@nps.gov for further information.