F--Saguaro National Park Mule Packing Contract
ID: 140P1525Q0060Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

All Other Support Activities for Transportation (488999)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, intends to award a sole source contract for mule packing services at Saguaro National Park in Arizona. This procurement aims to secure specialized mule packing services essential for park operations, leveraging the authority of FAR 13.106-1(b) for a non-competitive acquisition. The services are critical for the management and conservation of natural resources within the park. Interested firms that believe they can fulfill these requirements are encouraged to contact Contract Specialist Lindsay McLaughlin at lindsay_mclaughlin@nps.gov or by phone at 719-470-8678 for further details, as no solicitation document will be issued.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, intends to award a sole source contract to ICF Incorporated, LLC for Programmatic Environmental Impact Statement Services related to the revision of 36 CFR 228A. This procurement aims to leverage ICF's prior work on the regulation revision, which included the production of a draft PEIS, to efficiently complete the environmental compliance necessary for issuing the revised regulations. Given ICF's unique expertise and familiarity with the existing documents and administrative records, they are deemed the only reasonable source capable of meeting the expedited delivery requirements. Interested parties may express their interest and capability by March 23, 2023, at 3:00 PM (EST), and should direct inquiries to Joe Libbey at joe.libbey@usda.gov or Josh Choi at josh.choi@usda.gov.
    Coronado National Forest Prospectus for Campground and Related Granger-Thye Concessions "Rose Canyon Complex"
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting applications for a concession campground special use permit to operate and maintain government-owned recreation facilities in the Rose Canyon Complex of the Coronado National Forest in Tucson, Arizona. This opportunity includes the management of two campgrounds, two group sites, two group picnic sites, a day-use fishing site, and an amphitheater, with an average gross revenue of $458,196.78 generated over the past three years. The selected concessionaire will be responsible for adhering to Forest Service policies, including the use of Recreation.gov for reservations and compliance with accessibility standards, while also engaging in maintenance and improvement projects under the Granger-Thye Fee Offset Agreement. Interested applicants must submit a comprehensive application package by April 1, 2026, including a proposed operating plan and a minimum annual fee of $21,535.25, along with a processing fee of $300. For further inquiries, contact Adam Milnor at adam.milnor@usda.gov or call 520-388-8422.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Intent to Award/Sole Source to Cardin Courier for Chinle Hospital
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Cardin Courier for courier delivery services at the Chinle Comprehensive Health Care Facility in Arizona. This procurement is aimed at ensuring uninterrupted delivery services that are critical for direct patient care, with the contract period set from January 1, 2026, to December 31, 2026, including two optional one-year extensions. Cardin Courier is uniquely qualified for this role, and the government has indicated that this notice is not a request for competitive proposals; thus, any responses must demonstrate clear advantages for competition. Interested parties can contact Nora Nutlouis at nora.nutlouis@ihs.gov or Tanya Begay at tanya.begay2@ihs.gov for further inquiries.
    7G--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), intends to award a sole source contract to Holohil Systems Limited for the procurement of 60 XM3CMD-Transmitters. These specialized transmitters are designed for monitoring the Puerto Rican parrot, featuring advanced capabilities such as mortality detection and duty cycling to conserve battery life. This procurement falls under the NAICS code 334220 and will utilize Simplified Acquisition Procedures, with a notice closing date of December 12, 2025, at 5:00 PM Central Time. Interested parties may express their interest and capability to respond within three calendar days of this notice by contacting Jack Skogen at jackskogen@fws.gov.
    NOTICE OF INTENT TO SOLE SOURCE-ARCHITECT-ENGINEERING SERVICES VA PHOENIX HOSPITAL REMODEL WARD 2C
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract for architect-engineering services related to the remodel of Ward 2C at the Carl T. Hayden Veterans Affairs Medical Center in Phoenix, Arizona. The contract will be awarded to Nagel Services LLC, which will provide essential support for the renovation project. This procurement is critical for enhancing the facilities at the VA Phoenix Hospital, ensuring that veterans receive improved care in a modernized environment. For further inquiries, interested parties can contact Dominic M. Pebenito at 213-452-3243 or via email at Dominic.M.Pebenito@usace.army.mil, or Christina M. Chavez at 213-452-3246 or christina.chavez@usace.army.mil.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    Tonto National Forest – South Zone Toilet Pumping Services
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.