Alaska Yellow Cedar - Klondike Gold Rush AK
ID: 140P9725Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

Sawmills (321113)

PSC

LUMBER AND RELATED BASIC WOOD MATERIALS (5510)

Set Aside

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

    The Department of the Interior, through the National Park Service's Alaska Regional Office, is seeking quotes for the procurement of Alaska Yellow Cedar lumber to support maintenance and repairs at the Klondike Gold Rush National Historical Park in Alaska. This opportunity is a total small business set-aside, requiring vendors to provide various sizes and quantities of lumber for trail structures, with an emphasis on sourcing materials of domestic origin. The procurement is critical for preserving and enhancing the historic trail infrastructure, ensuring quality materials are used for recreational access and environmental stewardship. Interested vendors can submit their quotes from April 14, 2025, to April 30, 2025, with questions accepted until April 24, 2025; for further inquiries, contact Ronald Bunch at ronald_bunch@nps.gov or call 907-201-7719.

    Point(s) of Contact
    Files
    Title
    Posted
    The Chilkoot National Historic Trail Request for Proposal (RFP) for fiscal year 2025 outlines the specifications for lumber to be used in construction of tent pads and boardwalks. The material required includes untreated Alaska Yellow Cedar or Western Red Cedar, emphasizing rot-resistant qualities. The detailed specifications include quantities, dimensions, and grade requirements for various components, such as joists, decking, support beams, and rails, totaling 1,020 pieces across multiple projects. Additionally, all lumber must meet grade #2 BRT standards and be in a rough surface finish. Delivery addresses for the lumber are provided for both land and sea transport to Skagway, Alaska, under the oversight of Clayton Buffer from the National Park Service. This RFP represents an important step in the preservation and enhancement of the historic site, ensuring that materials used align with environmental and historical standards. The document serves as a vital resource for potential contractors interested in supplying materials for this governmental project.
    The Chilkoot National Historic Trail project for FY 2025 focuses on acquiring specific types of lumber for construction needs related to tent pads and boardwalks. The required materials include Alaska Yellow Cedar or equivalent alternatives (e.g., Red Cedar, Sitka Spruce), with distinct specifications for items such as joists, decking, support beams, and rails. The document outlines quantities, dimensions, and types of lumber required, stating that all lumber must be grade #2 BRT with a rough surface finish. This procurement details aims to facilitate the preservation and enhancement of the historic trail infrastructure, supporting recreational access and environmental stewardship in the area. Through this RFP, the government seeks to ensure high-quality materials are sourced for maintenance and development projects integral to the National Historic Trail experience.
    This document is an amendment to solicitation number 140P9725Q0015, issued by the National Park Service Alaska Regional Office. Its primary purpose is to clarify specifications related to the acceptable species for a contract and to provide a designated delivery address. It also confirms that the request for quotation (RFQ) closing date is set for April 30, 2025. The amendment outlines the necessity for contractors to acknowledge receipt of this document—failure to do so could result in the rejection of offers. The specifics of this amendment are provided under item 14, while all other terms and conditions of the document remain unchanged. The contracting officer is identified as Ron Bunch, who can be contacted for further inquiries. This amendment highlights the procedural requirements and critical dates related to federal procurement processes, ensuring transparency and compliance in government contracting.
    The document outlines a Request for Quotations (RFQ) for Alaskan Yellow Cedar Lumber to support maintenance and repairs at the Klondike Gold Rush National Historical Park in Alaska. The RFQ, marked 140P9725Q0015, is open for vendors to submit quotes from April 14, 2025, to April 30, 2025, with questions accepted until April 24, 2025. This solicitation is a 100% small business set-aside, requiring participating businesses to meet specific size standards set by the NAICS code 321113. The procurement involves various lumber sizes and quantities for trail structures, emphasizing the need for domestic origin supplies. The evaluation criteria will focus on technical capabilities, past performance, and pricing to determine the best value for the government. Offerors must comply with multiple federal regulations and provide a comprehensive quote, including a project narrative, past project references, and pricing. The document includes provisions related to electronic invoicing and payment procedures, reinforcing compliance requirements for federal contracting. This RFQ illustrates the federal government's ongoing commitment to supporting small businesses while ensuring quality procurement for national park maintenance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    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.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Supply and Deliver Propane, Lassen Volcanic NP
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.