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
    Notice of Solicitation for Concession Opportunity for Lodging, Food & Beverage, Retail, and Camping within Badlands National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a concession opportunity that encompasses lodging, food and beverage services, retail, and camping within Badlands National Park in South Dakota. The objective of this procurement is to enhance visitor experiences by providing essential amenities and services that cater to the needs of park guests while promoting the natural and cultural resources of the area. This opportunity is significant as it supports the park's mission to offer quality recreational experiences and contributes to the local economy. Interested parties can reach out to Eric Nikkel at ericnikkel@nps.gov or call 402-661-1772 for further details regarding the solicitation process.
    F--CONE COLLECTION HSO & TSO 2025
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting proposals for Cone Collection Services at the Walter Horning and Travis Tyrrell Seed Orchards in Oregon, under the Request for Quote (RFQ) number 140L0625Q0015. Contractors will be responsible for activities such as bagging, transporting, and handling cones to support seed collection for reforestation efforts, with a performance period from August 1, 2025, to November 30, 2025, for Horning and until October 10, 2025, for Tyrrell. This initiative is crucial for sustainable forestry practices and ecological conservation, emphasizing the collection of various species, including Douglas-fir and sugar pine, while adhering to strict safety and quality control measures. Quotes are due by March 13, 2025, and interested parties can contact Madisyn Falls at mfalls@blm.gov or by phone at 303-236-9471 for further information.
    Z--THRO South Unit Fence Construction Project
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the South Unit Fence Construction Project at Theodore Roosevelt National Park in Medora, North Dakota. The project involves the replacement of approximately 7,600 linear feet of fencing, with an optional additional 2,920 linear feet, utilizing galvanized steel posts and high-strength woven wire mesh suitable for bison livestock. This procurement is designated as a Total Small Business Set-Aside under NAICS Code 238990, with an estimated budget between $500,000 and $1,000,000 and a completion timeframe of 320 calendar days. Interested contractors must register in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI) number, with a formal solicitation expected to be released by February 28, 2025, and bids due approximately 30 days thereafter. For further inquiries, contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    BLM-CO SEEDING FOR DAWSON PROJECT AREA
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified contractors to provide seeding services for the Dawson Project Area in Colorado. The project involves the seeding of 780 acres using government-furnished mixed seeds, with operations scheduled to commence on or after April 1, 2025, and conclude by May 1, 2025. This procurement is critical for effective land management and restoration practices, ensuring compliance with federal regulations while promoting participation from small businesses, including those owned by service-disabled veterans and economically disadvantaged women. Interested vendors should contact Anthony Morales at amorales@blm.gov or by phone at 303-239-3630 for further details, and must adhere to the specified wage determinations and submission guidelines outlined in the Request for Quotation.
    F--PASS CREEK HANDTHINNING
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for the Pass Creek Hand Thinning project located in Poncha Springs, Colorado. This federal contract involves cutting and piling conifer tree species across an 80-acre riparian zone to enhance wildlife habitat and improve tree vigor, with contractors required to adhere to specific piling dimensions and safety regulations throughout the project. The contract period is set from March 21, 2025, to December 15, 2025, and interested contractors must submit their quotes by March 12, 2025, to Daniel Rosales at drosales@blm.gov, ensuring compliance with all outlined requirements and acknowledging any amendments to the solicitation.
    68--Black HIlls NPS BPA
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for the supply and delivery of propane to various national parks in South Dakota, including Wind Cave National Park, Jewel Cave National Monument, Badlands National Park, and Mount Rushmore National Memorial. The contract, valued at an estimated $300,000 over five years, will require contractors to provide propane deliveries with specific tank locations and capacities, adhering to a structured pricing schedule based on a published newsletter's rates. This procurement is crucial for maintaining operational efficiency across the national parks, ensuring they have the necessary fuel for various activities. Interested contractors must submit their quotations, including an experience questionnaire and price schedule, by the extended deadline of March 14, 2025, at 1:00 PM Mountain Daylight Time, and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    F--Tree Planting, ST. Marks NWR-FL
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a contract focused on the hand-planting of 122,000 containerized longleaf pine trees at the St. Marks National Wildlife Refuge in Wakulla County, Florida. The project, known as the Logging Debris Fire BAR Project, aims to restore natural ecosystems by reintroducing longleaf pines over 178 acres, with planting activities scheduled to commence on February 1, 2026, and conclude by February 28, 2026. This initiative underscores the importance of ecological restoration and habitat improvement, reflecting the government's commitment to conservation efforts. Interested contractors must submit their proposals by March 12, 2025, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.