K--RFI - Fisheye Night Sky Imager Housing Design and Build
ID: 140P2125R0019Type: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

MODIFICATION OF EQUIPMENT- PHOTOGRAPHIC EQUIPMENT (K067)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 5:00 PM UTC
Description

The Department of the Interior, specifically the National Park Service (NPS), is seeking contractors to design and build an environmental housing unit for a new fisheye night sky imager. This initiative aims to create a robust solution that allows for the long-term deployment of the imager in remote national park locations, facilitating remote data transmission and enhancing the monitoring of night sky quality. The project is critical for improving the understanding of light pollution trends in national parks and ensuring effective communication of data collected by the imager. Interested contractors should respond to the Request for Information (RFI) 140P2125R0019 by providing their business information and demonstrating relevant capabilities, with submissions limited to five pages. For further inquiries, contact Juliann Ashcroft at juliann_ashcroft@nps.gov.

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 11:05 PM UTC
The Request for Information (RFI) 140P2125R0019 solicits contractors to design and build an environmental housing unit for a new fisheye night sky imager developed by the National Park Service (NPS). This camera system captures the entire night sky in a single shot and offers cost advantages over other systems, necessitating a robust solution for deployment in remote national park locations. NPS requires contractor expertise to create the housing and establish a system for remote data transmission to enhance night sky quality monitoring. Participation in the RFI is voluntary and does not guarantee future contract awards, with the government not obligated to solicit resulting from this request. Contractors should submit their business information and demonstrate relevant skills and experience based on a provided Draft Statement of Work, limited to five pages. The RFI encourages diverse business classifications, including small businesses and those owned by veterans or disadvantaged groups, emphasizing the government’s inclusive approach to contracting. This initiative aims to improve night sky data collection efficiency and enhance overall understanding of sky quality trends in national parks.
Jan 8, 2025, 11:05 PM UTC
The National Park Service (NPS) requires the design and construction of a protective housing for a new fisheye night sky imager, intended to monitor light pollution in national parks. The housing must be waterproof, with mechanisms to prevent condensation, and easily mountable in various locations. It should facilitate remote data transmission to an NPS office, using a lithium-ion battery for power during outages, and include a communication system for image and command transfers. The contractor will provide a complete bill of materials, standard operating procedures, and technical support to ensure effective communication. The project spans a 12-month performance period, including specific milestones for housing design, mount creation, and data transmission development. In addition, the NPS will furnish the fisheye camera for testing. This initiative underscores the NPS’s commitment to enhancing nighttime environmental monitoring while aiding in visitor access and enjoyment of park resources.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Z--NAVA-REPLACE CONCRETE HOUSES 6,5,4
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of concrete at residential houses 6, 5, and 4 at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve residential structures within national parks, emphasizing the importance of quality construction services. Proposals are due by April 16, 2025, at 5:00 PM EDT, and interested parties must contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further inquiries, while a mandatory site visit is scheduled for April 7, 2025, at 10:00 AM MST.
C--Notice of Intent - AE Title III Services.
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is issuing a Notice of Intent to solicit proposals for Architectural and Engineering (AE) Title III services related to a construction project at Wrangell St. Elias National Park and Preserve in Glennallen, Alaska. The procurement, guided by the Brooks Act, seeks firms with significant experience in designing complex water treatment systems under challenging conditions, emphasizing qualifications and competence. This initiative is crucial for enhancing park infrastructure while adhering to environmental and regulatory standards. Interested firms must submit their qualifications by April 16, 2025, and can direct inquiries to Amber Hughes at amberhughes@nps.gov.
Y--HAVO 326181 Rehabilitate Rainshed & Water Treatmen
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the rainwater catchment and water treatment system at Hawai’i Volcanoes National Park. This Sources Sought Notice aims to gather information from both large and small businesses to inform the development of an acquisition strategy for a project expected to exceed $10 million, which includes enhancements to the rainwater system, demolition and replacement of two buildings, and adherence to protective measures due to cultural and environmental considerations. The construction is projected to last 20 months, with work scheduled year-round to minimize visitor impact, and interested businesses must submit their qualifications, experience, and bonding capacity by April 14, 2025, with the solicitation for proposals anticipated to be issued in Summer 2025. For further inquiries, interested parties can contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment in accordance with federal regulations. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring they meet safety and operational standards. Proposals are due by April 16, 2025, at 5:00 PM EDT, with a mandatory site visit scheduled for April 7, 2025, at 10:00 AM MST. Interested parties should direct inquiries to Jessica Owens at jessicaowens@nps.gov or Ryan Young at ryanyoung@nps.gov.
REMOTE SOLAR SECURITY SURVEILLANCE SYSTEM
Buyer not available
The Department of the Interior, specifically the US Geological Survey (USGS), is seeking proposals from small businesses for a Remote Solar Security Surveillance System, specifically the PremiumGaurdPro V1 or an equivalent product. The system is required to provide mobility, 360-degree monitoring, 24/7 operation, alarm capabilities, and real-time communication with stakeholders, enhancing security measures for the Alaska Science Center. Proposals must be submitted electronically by April 7, 2025, with a firm-fixed-price contract to be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested parties should direct inquiries to Elizabeth Adam at eadam@usgs.gov or call (916) 278-9441, ensuring compliance with the Buy American Act and registration in the System for Award Management (SAM).
INDE 253054 Remediation Services Rehabilitate Miss
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for remediation services to rehabilitate mission-dependent HVAC systems and implement energy conservation measures in Philadelphia, PA. This procurement focuses on asbestos removal and enhancing energy efficiency, with a contract performance period set from April 28, 2025, to June 27, 2025. The initiative is part of the government's commitment to improving environmental safety and energy conservation while promoting small business participation, particularly those owned by service-disabled veterans and women. Interested offerors must submit their proposals by the specified due date and can contact Marc Nguyen at marcnguyen@nps.gov or 720-448-1166 for further information.
R--NR-CCRP-28 IDIQ CLIMATE CHANGE SCENARIO
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking contractors for the Climate Change Response Program (CCRP) through a Sources Sought Notice for a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to guide scenario-based climate change adaptation planning processes, enhancing NPS staff's ability to integrate scenario thinking into their planning efforts and delivering customized adaptation services across various parks. This initiative is crucial for addressing climate change uncertainties and impacts, reflecting NPS's commitment to proactive climate-smart strategies. Interested contractors are encouraged to submit their qualifications and relevant experience to Rafael Gumbs at rafaelgumbs@nps.gov, with a maximum budget of $410,000 anticipated over five years for up to 12 case studies. Responses are voluntary and will inform the government's acquisition strategy for a future Request for Proposal (RFP).
Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a pre-solicitation notice for a Request for Proposal (RFP) focused on repairing the earthen roof structure of Fort Tompkins at the Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to enhance the roof's water-repelling capabilities to address ongoing water infiltration issues that have caused damage to the masonry. This project is significant for preserving the structural integrity of the historic site, and it will be executed as a firm fixed-price contract under NAICS code 238190, with a small business size standard of $19 million and an estimated project cost between $1 million and $5 million. Interested contractors must register in the SAM system to participate, and the RFP is expected to be released by April 14, 2025, with a project duration of 365 days from the Notice to Proceed. For inquiries, contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
Amendment 1: Notice of Intent for Request for Qualifications/Request for Proposals to Manage Commercial Visitor Services at Bryce Canyon National Park
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for managing commercial visitor services at Bryce Canyon National Park. This opportunity aims to enhance visitor experiences by providing a range of recreational services and amenities within the park, aligning with the objectives of promoting tourism and preserving natural resources. The selected contractor will be responsible for the operation of recreational buildings and services, which are vital for accommodating the needs of park visitors. Interested parties should contact Kurt Rausch at kurtrausch@nps.gov for further details, as this presolicitation notice indicates the beginning of the procurement process.
Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are thoroughly inspected, tested, and maintained in compliance with National Fire Protection Association (NFPA) standards, thereby safeguarding public safety and environmental integrity. This contract, which is set aside for small businesses, is expected to be awarded by October 31, 2025, with proposals due between March 20, 2025, and April 14, 2025. Interested vendors should direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719 for further details.