R--LANDS - BRVB CADASTRAL SURVEY
ID: 140P2124Q0338Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

SUPPORT- PROFESSIONAL: LAND SURVEYS-CADASTRAL (NON-CONSTRUCTION) (R404)

Set Aside

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

    The National Park Service (NPS) is seeking qualified small businesses to provide cadastral surveying services for two school sites in Summerton, South Carolina, under solicitation number RFQ 140P2124Q0338. The project involves subdividing approximately 1.37 acres and 2.67 acres from larger parcels, requiring the contractor to confirm boundaries, mark parcel corners, and deliver both hardcopy and digital documentation, including plats and legal descriptions. This procurement is crucial for effective land management and development, ensuring compliance with South Carolina's surveying standards while adhering to federal regulations. Quotations are due by September 19, 2024, at 5:00 PM Eastern Time, with a performance period from September 26 to November 29, 2024. Interested vendors can contact Luis Cibrian at luis_cibrian@nps.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is seeking professional land surveying services to subdivide two school sites in Summerton, South Carolina – Old Summerton High School and Old Scotts Branch High School. The project aims to mark and provide legal descriptions for approximately 1.37 acres and 2.67 acres from larger parcels, respectively. The contractor will be responsible for recovering and confirming the boundaries, marking new parcel corners, and providing both hardcopy and digital deliverables, including plats and legal descriptions. The performance period for the project is established to be 45 days following an on-site kickoff meeting, with draft deliverables to be reviewed within 30 days. All work must comply with South Carolina's minimum surveying standards, without liability for non-compliance with local regulations. Key deliverables include two sealed hardcopy plats, digital files in PDF and AutoCAD formats, and a detailed planimetric map. Important contacts include the Regional Professional Land Surveyor, local school board members, and NPS representatives. The project emphasizes confidentiality, quality control, and adherence to NEPA guidelines regarding any archaeological finds. Cost worksheets indicate a preference for simultaneous project execution at both sites. This initiative reflects NPS's commitment to managing and developing land resources effectively.
    The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, establishing minimum wage rates and fringe benefits for federal contracts in South Carolina, Clarendon County. It outlines the applicability of Executive Orders 14026 and 13658, mandating that contractors must pay covered workers a minimum wage of $17.20 per hour for contracts starting on or after January 30, 2022, and $12.90 for those awarded between January 1, 2015, and January 29, 2022, unless a higher rate is specified. The file includes a detailed list of varied occupations along with their respective wage rates and highlights mandatory fringe benefits, including health and welfare contributions, vacation, and paid holidays. Special provisions exist regarding employees in specific categories, such as computer professionals and air traffic controllers, as well as guidelines for uniform allowances and hazardous pay differentials. Overall, this wage determination document serves to ensure equitable compensation for workers under federal contracts, detailing employer responsibilities and worker rights while supporting compliance with relevant labor laws in the context of federal RFPs and grants.
    The document outlines a series of questions and answers regarding the request for qualifications (RFQ) for a project under the National Park Service (NPS), specifically RFQ 140P2124Q0338. Key issues addressed include project timelines, payment processes, inspection protocols, and regulatory considerations. Final deliverables must be completed within 45 calendar days post-kick-off meeting. Vendors may submit invoices immediately after deliverable completion, with the NPS committing to a seven-day review period for payment authorization. Inspection of contractor deliverables will take 14 calendar days, comprised of a one-week walkthrough followed by a week for reviewing the deliverables. The document clarifies that there is no formal local lot-split process required for new parcels, as NPS operates under exemptions from local jurisdiction. Overall, the Q&A serves to clarify project expectations and administrative processes within this federal procurement context.
    The document is an amendment to a solicitation for a government contract, specifically referencing solicitation number 140P2124Q0338. It outlines the necessary procedures for acknowledging receipt of the amendment, emphasizing that failure to acknowledge may result in the rejection of offers. The main purpose of this amendment is twofold: to respond to questions related to the project, and to extend the due date for submission of offers. The new deadline is set for September 19, 2024, at 5:00 PM Eastern Time, extending from the previous deadline of 12:00 PM Eastern Time on the same date. Additionally, it confirms that all other terms and conditions remain unchanged and specifies the period of performance for the project, scheduled from September 26, 2024, to November 29, 2024. The document is issued by NPS, WASO - WCP Contracting in Denver, Colorado, and is signed by the contracting officer, Luis A. Cibrian. This amendment highlights the importance of compliance with the administrative procedures in federal contracting processes.
    The document outlines Request for Quotations (RFQ) 140P2124Q0338 issued by the National Park Service for surveying and mapping services, specifically focusing on providing cadastral surveys in Summerton, South Carolina. It is a total small business set-aside under NAICS code 541370, with a size standard of $19 million. The period of performance runs from September 26 to November 29, 2024. Quotations are due by 12:00 PM Eastern Time on September 19, 2024, and inquiries must be submitted by September 13, 2024. Award selection will consider price, technical capabilities, and past performance, requiring contractors to demonstrate their expertise and experience relevant to the project. Additionally, provisions set forth guidelines around compliance with federal regulations and prerequisites for bidding. The RFQ emphasizes the government's commitment to engaging small businesses while maintaining high standards for technical competence and project execution. The announcement serves as the sole solicitation for this contract, indicating no further written solicitation will be provided, thereby streamlining the bidding process for interested parties.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R--LANDS - MISP 01-139 CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide cadastral surveying services for the Mill Springs Battlefield National Monument in Pulaski County, Kentucky. The objective of this procurement is to accurately re-establish property boundaries and document significant surface features over approximately 113 acres, with a focus on compliance with environmental standards due to the site's cultural importance. This project underscores the NPS's commitment to preserving historical sites through professional surveying, with the contract period set from September 26, 2024, to December 27, 2024. Interested vendors must submit their quotes by September 19, 2024, and can direct inquiries to Luis Cibrian at luiscibrian@nps.gov.
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    Cultural Resource Survey South Park Sacramento Gulch
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking proposals for a Class III cultural resource survey at the South Park Sacramento Gulch Mine site in Colorado. The objective of this procurement is to conduct an intensive pedestrian inventory of approximately 50 acres, focusing on documenting and evaluating cultural resources in light of environmental cleanup and the potential destruction of the Sacramento Mine site. This initiative is crucial for ensuring compliance with federal regulations that protect historical and cultural sites, reflecting the government's commitment to environmental stewardship and cultural resource management. Interested contractors must submit their proposals electronically by September 24, 2024, with the contract expected to run from September 27, 2024, to December 31, 2024. For further inquiries, contact Kathy Bosch at mary.bosch@usda.gov or call 802-345-9284.
    C--Land Surveying-Request Form SF330
    Active
    Interior, Department Of The
    Special Notice: INTERIOR, DEPARTMENT OF THE, US FISH AND WILDLIFE SERVICE is seeking A-E qualifications for Land Surveying services. Land Surveying is typically used to accurately measure and map the physical features of a piece of land. This service is crucial for various purposes such as land development, construction projects, property boundary identification, and environmental assessments. For more information, please contact Cindy Salazar at CindySalazar@fws.gov or 5038722832.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    Z--FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with proposals expected to be submitted by the specified deadlines, and the estimated construction cost exceeding $10 million.
    62--NCR-NAMA: PURCHASE LIGHTING MATERIALS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the procurement of standardized lighting materials for streetscapes and memorials in Washington, D.C., under solicitation number 140P3024Q0043. The project aims to supply lighting components that adhere to cityscape planning and Fine Arts Commission guidelines, ensuring the aesthetic integrity of the National Mall and Memorial Parks. This initiative is crucial for maintaining modern and efficient lighting solutions in public spaces, with a focus on sustainability and safety. Interested small businesses must submit their quotes by September 23, 2024, and ensure they are registered in the System for Award Management (SAM) at the time of submission. For further inquiries, potential bidders can contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or by phone at 202-692-6060.
    CC-SHEN001-26 Concession Business Opportunity for Lodging, Food and Beverage, Retail, Campgrounds, Horseback Riding, and Other Services in Shenandoah National Park, Luray, VA
    Active
    Interior, Department Of The
    The National Park Service (NPS) is offering a 15-year concession business opportunity for lodging, food and beverage, retail, campgrounds, horseback riding, and other services at Shenandoah National Park in Luray, Virginia. The selected concessioner will operate 285 lodging units across three resorts, manage multiple food outlets and retail sales, and oversee four campgrounds, including additional services such as camp stores and automotive services. This opportunity is significant for enhancing visitor experiences in one of the nation's treasured parks, which spans over 197,000 acres and features the scenic Skyline Drive and portions of the Appalachian Trail. Interested parties must submit a notice of intent by October 18, 2024, and electronic proposals by November 7, 2024, with further details available from Andrew Gertge at nerconcessions@nps.gov or by phone at 267-318-0116.