F--BADL 315089, Native Seed Collection
ID: 140P2025Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- SEED COLLECTION/PRODUCTION (F009)

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 contractors for a federal contract focused on native seed collection at Badlands National Park (BADL) under solicitation number 140P2025Q0003. The primary objective of this procurement is to replenish bulk reserves of native seeds through a comprehensive process that includes scouting, collecting, cleaning, testing, and delivering seeds of native species to support revegetation efforts mandated by NPS policies. This initiative is crucial for restoring disturbed environments and promoting biodiversity within national parks, reflecting the federal commitment to ecological conservation. Interested small businesses must submit their quotes by January 30, 2025, with the contract period extending from March 1, 2025, to March 31, 2030. For further inquiries, potential bidders can contact Zaira Lupidi at zaira_lupidi@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Price Schedule for a federal project at Badlands National Park focused on Native Seed Collection (PMIS BADL 315089). It is structured into multiple Contract Line Item Numbers (CLINs), covering the Base Year and four Option Years, detailing activities including scouting, seed collection, reporting, testing, and cleaning. Each CLIN lists specific tasks, such as travel, labor, and various seed collection types all essential for ecological restoration efforts. The collections include species like Elymus trachycaulus and Andropogon gerardii among others. Each task is marked as a line item (LS) with a quantity of 1, suggesting a set scope of work. The document serves as a comprehensive RFP, indicating the government's intent to procure services to enhance biodiversity in the park through systematic seed collection and processing. The overall goal is to ensure a methodological approach to restoration while maintaining ecological integrity in the region.
    The National Park Service (NPS) requires a contractor for a project focused on the native seed collection at Badlands National Park (BADL) to replenish bulk reserves. The contract will last through March 30, 2030, covering up to three harvesting seasons. The contractor will scout, collect, clean, test, and deliver seeds of native species to aid in revegetation efforts mandated by NPS policies. This includes identifying viable seed collection areas, monitoring plant phenology, and ensuring seeds are collected sustainably and legally within park boundaries. Key tasks include performing spring and summer scouting for population identification, collecting seeds from specified native species, and reporting collections within designated timelines. Collected seeds will be sent to a seed testing laboratory for viability and purity analysis, ensuring compliance with industry standards. The overarching goal is to restore disturbed environments utilizing locally collected native species, thereby supporting genetic conservation and biodiversity. This document serves as a detailed outline for contractors, providing specific expectations for deliverables, quality standards, and scheduling. It frames the seed collection project within broader environmental conservation efforts, demonstrating the federal commitment to preserving native ecosystems in national parks.
    The United States Department of the Interior's National Park Service (NPS) issues a Request for Quote (RFQ) for a contract focused on native seed collection at Badlands National Park. This combined synopsis/solicitation, set aside exclusively for small businesses, calls for quotes under solicitation number 140P2025Q0003. The contract spans a base year plus four optional one-year extensions, necessitating delivery and performance at Badlands National Park. Quoters must adhere to specific guidelines and include all required documents such as the Quote Form and Price Schedule. Evaluation criteria encompass the technical approach, relevant past experience, qualified personnel, and total price. The successful bidder will demonstrate the ability to safely execute tasks, manage resources, and report project outcomes effectively. The document stipulates the importance of preserving resources and minimizing impact on park operations and visitors. A pre-proposal site visit is encouraged, but not required. Quotes must be submitted by January 28, 2025, with detailed instructions included for compliance. The purpose of this solicitation emphasizes environmental stewardship and effective management of native plant resources within the National Park Service framework.
    The RFP Amendment document (140P2025Q0003 Amend 001) addresses questions regarding a National Park Service (NPS) project involving seed collection and reporting. The document clarifies that only one annual report is required, with supplementary updates permitted via email after field visits. Contractors may collect more than the stipulated 40 pounds of grass seed, which will be sent for testing and shared with the NPS. While staff support during scouting trips cannot be guaranteed, the NPS may provide maps of known species populations. Contrarily, contractors will have free access to the park, and overnight stays are allowed at designated campgrounds. The number of personnel required for seed collection is flexible, with no specific staffing mandates indicated. This RFP reflects the government's commitment to facilitating ecological projects while maintaining clear communication with prospective contractors.
    The document is an amendment to the solicitation numbered 140P2025Q0003, issued by the National Park Service's Denver Federal Center. Its primary purpose is to provide responses to questions submitted by potential contractors and to extend the deadline for quote submissions to January 30, 2025, by 12:00 PM Mountain Time. The effective period for the contract is set from March 1, 2025, to March 31, 2030. It emphasizes the importance of acknowledging the amendment receipt to avoid potential rejection of offers and specifies that changes to already submitted offers can be communicated via electronic means or letters before the new deadline. The document structure consists of sections detailing the amendment/modification, accounting data if required, and the contractor's details, while ensuring that all other terms remain unchanged. Overall, this amendment serves to clarify previously posed questions, maintain transparency, and enable interested parties to participate in the federal contracting process effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    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.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Region 01 Tree Planting Services
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is seeking proposals for tree planting and associated services across Region One, which includes Montana and Northern Idaho. The procurement aims to secure high-quality tree planting, shrub/native planting, and related services to ensure maximum stock survival and prompt reforestation on lands affected by disturbances such as fire, insects, or harvesting. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will cover various national forests and the Bureau of Land Management's Missoula Office, divided into four distinct pods with specific requirements for planting and additional services. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Gilbert Chonje at gilbert.chonje@usda.gov or call 931-378-8014.
    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.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.