BIG CYPRESS STONE AND TRUCK HAULING
ID: 140P5225Q0014Type: Solicitation
AwardedMay 16, 2025
$54.3K$54,250
AwardeeSPECIALIZED GOVERNMENT SOURCING, INC. 3 WATER ML Aliso Viejo CA 92656 USA
Award #:140P5225P0032
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER WEST(52000)TUPELO, MS, 38804, USA

NAICS

Specialized Freight (except Used Goods) Trucking, Local (484220)

PSC

NONWOOD CONSTRUCTION LUMBER AND RELATED MATERIALS (5675)

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 the delivery and hauling of 1,750 tons of DOT-approved lime rock base stone for a project at Big Cypress National Preserve. The contractor will be responsible for transporting the stone using 20-yard dump trucks to the Loop Road Ranger Station, where the delivery will be monitored by park personnel. This project is crucial for stabilizing Loop Road and managing water flow to mitigate flooding risks in the local community, emphasizing the importance of quality materials that meet Florida Department of Transportation standards. Interested small businesses must submit their quotes by May 9, 2025, and are encouraged to demonstrate relevant past performance and technical capabilities, with inquiries directed to Dallas Harper-Staub at dallas_harper-staub@nps.gov or by phone at 256-986-0815.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for a Stone/Truck Hauling project at Big Cypress National Preserve, focusing on Loop Road stabilization. The project, scheduled for 31 days, requires the contractor to deliver 1,750 tons of DOT lime rock base stone using 20-yard dump trucks. The contractor must haul the material from a quarry to the Loop Road Ranger Station, where Big Cypress personnel will assist with loading and monitoring deliveries. Key responsibilities include ensuring sufficient truck availability, adhering to safety and speed regulations, and providing timely load tickets for each delivery. The Preserve will facilitate operations by clearing the site for material storage and offering guidance for logistical processes. The contractor is also accountable for all travel-related expenses. The document emphasizes following OSHA safety protocols and highlights the project's importance in managing water flow to mitigate flooding risks in the local community. Overall, the framework established aims to enhance infrastructure while ensuring compliance and safety in operations.
    The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, detailing wage rates for various occupations effective in 2025, with specific minimum wages set by Executive Orders 14026 and 13658. It also outlines contractor obligations regarding health and welfare benefits, vacation, holidays, and paid sick leave for federal contractors. Additionally, the document includes provisions for wage classification conformance for unlisted occupations and ensures compliance with federal labor standards.
    The document outlines the specifications for a government contract to supply approximately 1,750 tons of lime rock base for road construction at the Loop Road Ranger Station in Big Cypress National Preserve. The contractor is responsible for providing all necessary labor, tools, and equipment, ensuring the limestone base meets the Florida Department of Transportation (FDOT) standards outlined in Section 911. It specifies that a minimum of 97% of the material must pass a 3 ½-inch sieve, and the grading must be uniform down to dust, with fine material solely consisting of fracture dust. Delivery tickets will be signed on-site, and there is adequate space for truck maneuverability. The inclusion of GPS coordinates indicates precise delivery logistics. This contract demonstrates the governmental commitment to maintaining infrastructure in accordance with established standards and ensuring safety and quality in construction materials.
    The document outlines requirements for offerors responding to Solicitation No. 140P5225Q0014, focusing on demonstrating past experience and qualifications relevant to the project. It specifies the need for offerors to list up to ten similar projects completed in the last five years, including essential project details such as owner information, project value, and performance remarks. Emphasis is placed on transparency regarding past performance, urging offerors to disclose any instances of unsatisfactory performance and to explain corrective actions taken. Additionally, the document calls for detailed qualifications of key personnel, including education and professional registration, and demands a list of proposed subcontractors with a brief description of their work. Offerors must also provide references for critical subcontractors to support their capability and past performance. Overall, the solicitation emphasizes thorough documentation of experience, qualifications, and transparency regarding performance in order to ensure a credible assessment by the government. This approach aligns with typical government RFP processes seeking to minimize risk and ensure the reliability of potential contractors in federal projects.
    The document outlines a Request for Quotation (RFQ) issued by the National Park Service for the procurement of 1,750 tons of DOT approved lime rock base stone and associated truck hauling services for the Big Cypress National Preserve. It specifies that the procurement is set aside for small businesses under NAICS code 484220 and includes a firm-fixed price contract proposal procedure. Quoters must demonstrate technical capability and relevant past performance, with price being a significant consideration. The contractor is responsible for all aspects of delivery, including personnel, equipment, and supervision, within a 31-day performance period from award. Important requirements include registration in the System for Award Management (SAM), ensuring compliance with various Federal Acquisition Regulation clauses, and providing necessary insurance coverage. The deadline for quote submission is May 9, 2025. This solicitation emphasizes transparency, competitive bidding, and adherence to federal regulations, highlighting the government's commitment to supporting small businesses and maintaining high standards in procurement processes.
    Lifecycle
    Similar Opportunities
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    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.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction initiative, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with inquiries directed to Ireishal Adams at Ireishal.C.Adams@usace.army.mil or William Wallace at William.J.Wallace@usace.army.mil.
    Y--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.gov.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.