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
AL DEEP HORIZON NRDA & RESTOR AE. IMAGES
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide high-resolution aerial imaging services as part of the Deepwater Horizon Natural Resource Damage Assessment and Restoration program. The contract involves delivering seven key deliverables, including five periods of imagery focused on bird populations at North Breton Island, Louisiana, between May 1, 2025, and September 30, 2025. This initiative is crucial for monitoring and restoring ecosystems affected by the Deepwater Horizon oil spill, ensuring that the imagery meets stringent quality standards and compliance with federal regulations. Interested bidders should submit detailed quotations and can direct inquiries to William Fluharty at williamfluharty@fws.gov, with the total contract value not exceeding $9 million and a focus on small business participation.
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 located at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period scheduled 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 May 1, 2025, at 1700 EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Y--REHABILITATE 4 LAZY F RANCH PHASE I GRTE 237343
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the 4 Lazy F Ranch cabins as part of a design/build project at Grand Teton National Park in Wyoming. The project involves installing a new sanitary sewer collection system and a potable water distribution system, with an estimated construction cost between $1 million and $5 million. This initiative is crucial for restoring the water and wastewater systems to support seasonal park housing, ensuring compliance with operational standards and enhancing visitor experience. Interested businesses are encouraged to respond to the Special Notice by May 9, 2025, and can direct inquiries to Jason Longshore at JasonLongshore@nps.gov or by phone at 303-969-2288.
GRSA_WAYSIDES Design-Build
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the GRSAWAYSIDES Design-Build project, which involves the design, fabrication, and installation of new wayside exhibits at Great Sand Dunes National Park in Colorado. The objective is to modernize existing exhibits to enhance visitor orientation, safety, and educational engagement regarding the park's natural and cultural resources, while adhering to strict accessibility and quality control standards. These exhibits play a crucial role in providing informative and interpretive content to visitors, fostering appreciation for the park's unique ecosystems. Interested contractors should contact Robert Adamson at robertadamson@nps.gov or call 301-502-0076 for further details, with the project expected to be completed by May 10, 2027.
INSTALL SOLAR STREET LIGHTS-CHINLE HDQTR
Buyer not available
The Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the installation of solar street lights at the Navajo Central Agency in Chinle, Arizona. This project specifically requires the installation of 17 solar LED streetlights and 3 traditional LED streetlights, aimed at enhancing safety and security in the community. The total contract value is estimated to be between $25,000 and $100,000, with a project timeline running from May 5, 2025, to August 1, 2025. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals by May 8, 2025, and can direct inquiries to Mary Jane Johnson at maryjane.johnson@bie.edu or by phone at 505-803-4259.
D--LINUX ADMINISTRATION AND ENVIRONMENTAL
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide Linux administration and environmental modeling support services for the South Florida Natural Resources Center at Everglades National Park. The contract, which is a total small business set-aside, aims to ensure secure management of Unix/Linux networks essential for scientific research and environmental conservation, with a performance period from June 1, 2025, to May 31, 2026, and options for four additional years. Contractors will be evaluated based on technical capability, past performance, and pricing, with proposals due by April 30, 2025. Interested parties can direct inquiries to Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
R--RFI: Vessel and ROV Blake Plateau Investigation
Buyer not available
The Department of the Interior's Bureau of Safety and Environmental Enforcement (BSEE) is seeking information from vendors regarding their capabilities to provide vessel and Remotely Operated Vehicle (ROV) services for an investigation of the Blake Plateau. The primary objective of this procurement is to assess the ecological impacts of past deep-sea mineral extraction, focusing on geological and biological sampling, environmental condition analysis, and data delivery to government scientists. This project is critical for understanding the long-term effects of human activities on marine environments, with a performance period anticipated from April to July 2026, requiring approximately 10 days at sea. Interested parties must submit their responses to the Request for Information (RFI) by 5:00 P.M. Eastern Time on May 7, 2025, to William Rilee at William.Rilee@bsee.gov, including RFI No. DOIMFBO250007 in the subject line.
PINN PORTABLE DIGITAL RADIOGRAPHY SYSTEM
Buyer not available
The National Park Service (NPS) is seeking qualified vendors to supply and deliver a portable digital radiography (DR) wireless system for veterinary practice at Pinnacles National Park in California. This procurement aims to replace an outdated unit, with specifications including a wireless flat panel cesium iodide scintillator, a laptop or tablet with image viewing software, and a weight limit of 25 pounds, among other requirements. The contract will be awarded based on price and technical acceptability, with a submission deadline of April 23, 2025, and a performance period from May 13, 2025, to July 16, 2025. Interested parties should direct inquiries to Jack Northcutt at JackNorthcutt@nps.gov and ensure compliance with the Buy American Act and other federal regulations.
Z--Comfort Station Cyclic Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, TX. This project involves providing all necessary labor, materials, and equipment to perform cyclic upgrades on two pre-cast CXT Navajo quad flush/shower buildings, including painting and sealing surfaces, and replacing water heaters and skylights. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses and is expected to be awarded by early July 2025, with work commencing shortly thereafter. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in early June 2025.
Rock Creek Park Little House Leasing Opportunity
Buyer not available
The National Park Service (NPS) is seeking proposals for the leasing of the Little House located at 3131 Nebraska Ave NW, Washington, DC, within Rock Creek Park. The opportunity involves a long-term lease for a three-bedroom residence that requires the lessee to manage repairs, maintenance, and improvements while adhering to environmental guidelines and federal regulations. This property, which is situated in a flood zone and adjacent to parkland, is intended for business or personal use, with a minimum rent set at $6,500 per month, reflecting its fair market value. Interested parties must submit their proposals by July 31, 2025, and can contact Gary Shipley at NPSNCRLeasing@nps.gov or call 202-619-6391 for further information.