R--STRATEGIC PLANNING CONSULTING SERVICE
ID: 140P5225Q0002Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER WEST(52000)TUPELO, MS, 38804, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified firms to provide strategic planning consulting services under a total small business set-aside contract. The objective of this procurement is to enhance administrative management and general management consulting capabilities, which are crucial for effective operational planning and decision-making within the agency. The services will be performed at the Park Headquarters located in Gulf Breeze, Florida, and are vital for ensuring the efficient management of national parks and related resources. Interested parties can reach out to Evans Ward at Andre_Ward@nps.gov or call 850-232-4630 for further information regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The Gulf Islands National Seashore Foundation Document outlines the park's objectives, significance, and management strategies. Established in 1971, this national seashore spans barrier islands and coastal areas in Florida and Mississippi, aimed at preserving natural, historic, and recreational resources for public enjoyment. Key components include the identification of fundamental resources like diverse ecosystems, coastal fortifications, and wilderness areas which contribute to the park's appeal and ecological value. The document emphasizes the need for effective planning to address challenges such as climate change, invasive species, and increasing visitor pressure. It delineates roles of special mandates and local partnerships in park administration, and emphasizes the importance of public education and community engagement for resource protection. Ultimately, the documentation serves as a foundational guide for operational decision-making, preserving the park's integrity while adapting to evolving environmental and visitor dynamics. This comprehensive framework supports future RFPs and grant applications aimed at enhancing conservation and visitor experience.
    The Final General Management Plan and Environmental Impact Statement for Gulf Islands National Seashore outlines a strategic framework for managing this federal property over the next 15 to 20 years. Established in 1971, the national seashore consists of 12 units across Florida and Mississippi, preserving unique natural, historic, and recreational resources over 139,175 acres. The existing 1978 management plan is outdated, prompting the development of this new plan, which addresses updated ecological and cultural considerations influenced by urban development, frequent storms, and climate change. Four management alternatives are proposed: 1. **No-Action Alternative** (maintaining the status quo), 2. **Alternative 2** (minimizing infrastructure and emphasizing natural processes), 3. **Alternative 3** (the NPS's preferred option, enhancing educational and research opportunities), and 4. **Alternative 4** (diversifying recreational access through partnerships). Each alternative assesses potential impacts on natural resources, visitor experiences, and cultural heritage, aiming to balance preservation and public accessibility. A 30-day review period will follow the release of the final document, after which a Record of Decision may be signed to implement the selected alternative. Overall, the plan aims to ensure the national seashore's unique values are maintained for future generations while adapting to changing environmental conditions.
    The National Park Service (NPS) issued Solicitation Number 140P5225Q0002 for Strategic Planning Consulting Services. The goal is to develop a comprehensive strategic action plan to align organizational structure with NPS objectives. Key components include sessions with a Strategic Leadership Team (SLT) consisting of 7-10 members and participation from park staff, with varying attendance across milestone tasks. The planning sessions will address roles in alignment with the strategic plan and involve virtual feedback sessions afterward. There are no existing vendors for this contract, and proposers need to demonstrate past performance without a specified format. Pricing should be reasonable and competitive, while no limitations exist on response length or formatting. The timeline for deliverables includes a vision statement within one month of Milestone 1, with subsequent drafts and final documents due at the completion of later milestones. Overall, the NPS seeks a structured approach to strategic planning that fosters accountability and meets operational needs alongside long-term goals.
    The document is the Register of Wage Determinations under the Service Contract Act from the U.S. Department of Labor, detailing wage standards and requirements for federal contracts in Florida, specifically Escambia and Santa Rosa counties. It outlines wage obligations based on two Executive Orders: EO 14026, effective January 30, 2022, mandates a minimum wage of $17.75 per hour, while EO 13658, for contracts awarded between January 1, 2015, and January 29, 2022, sets a minimum of $13.30 per hour. The document lists various occupations, corresponding wage rates, and fringe benefits, including health and welfare, vacation, and holidays. Additionally, it informs that all workers typically receive health and welfare benefits of $5.36 per hour. The conformance process for unlisted occupations and regulations under EO 13706 about paid sick leave for federal contractors is also outlined. This comprehensive wage determination aims to ensure fair compensation and compliance within federal contracting environments, solidifying workers' rights and benefits across various job classifications in government contracts.
    The United States Department of the Interior's National Park Service (NPS) has issued a Request for Proposals (RFP) for strategic planning consulting services under Solicitation Number 140P5225Q0002. This project involves four key milestones aimed at developing a staffing model and strategic plan for Gulf Islands National Seashore (GUIS). The consulting role includes facilitating in-person and virtual feedback sessions with park staff and senior leadership, respectively, and drafting deliverables such as a Vision Statement and Strategic Action Plan. NPS emphasizes that sessions must be on-site and specifies that all feedback from these sessions will inform the strategic document. The contractor will not have ongoing responsibilities post-delivery. There is a focus on including measurable strategies related to environmental issues and stakeholders will have limited involvement. The anticipated contract value is still to be determined, and the proposal must highlight experiences relevant to the NPS's needs. The document articulates clear expectations surrounding submission contents, session logistics, and past performance criteria, ultimately indicating a shift to hiring external expertise to address complex planning needs.
    The Gulf Islands National Seashore (GUIS) seeks a contractor to create a comprehensive 5-Year Strategic Action Plan, which will establish overarching priorities and address site-specific issues across its 11 units in Florida and Mississippi. GUIS, part of the National Park Service since 1971, preserves significant natural and historic areas, yet faces operational challenges, including staff turnover, funding constraints, and climate change impacts. The plan's objectives include formulating Vision and Mission Statements, translating them into measurable goals, and developing a working timeline for implementation from FY26-31. Four facilitated planning sessions with park staff will guide the process, gathering input to create a Strategic Action Plan that aligns with existing workloads. Deliverables will include documentation of each session's outcomes and a final strategic plan by December 31, 2025. The contract stipulates performance-based payments for completed milestones and requires the contractor to manage travel costs per federal regulations. This RFP reflects the NPS's broader commitment to enhancing park management and fortifying responses to evolving operational dynamics.
    The document is an amendment to solicitation number 140P5225Q0002, issued by the Department of the Interior for strategic planning consulting services aimed at developing a comprehensive 5-year strategic action plan for fiscal years 2026-2031. It outlines requirements for acknowledging receipt of the amendment, with options for submission through copies, letters, or electronic communication before the specified deadline. The amendment incorporates essential attachments, including wage determinations and a final general management plan. Responses to industry inquiries are included to clarify requirements for potential bidders. The final date for submitting offers is January 22, 2025, at 1300 Central Standard Time. The document is structured to detail contract modifications, requirements for acknowledgement, and the context for the consulting services sought.
    The document is an amendment to Solicitation No. 140P5225Q0002, issued by the National Park Service (NPS). It aims to clarify requirements and respond to industry questions related to a Request for Proposals (RFP) for Strategic Planning Consulting Services. The purpose is to develop a comprehensive five-year strategic action plan for fiscal years 2026-2031. Offerors must acknowledge receipt of this amendment by a specified deadline, and modifications to submitted offers can be made via electronic means, as outlined in the document. The deadline for final offers or modifications is set for January 22, 2025, at 1 PM CST. A question-and-answer section has been incorporated to address inquiries received from potential contractors. Overall, the amendment serves to ensure clarity in the RFP process and facilitate proper submissions for the upcoming strategic planning initiative.
    The document outlines a Request for Proposal (RFP) for strategic planning consulting services aimed at developing a comprehensive 5-year strategic action plan for the Gulf Islands National Seashore for the fiscal years 2026-2031. The contract is open for bids, with a focus on engaging a consultant to facilitate various sessions and meetings necessary for this planning process. Key deliverables include meeting notes, mission and vision statements, and the final strategic action plan, which is expected to be completed by November 28, 2025. The payment terms stipulate a firm-fixed price with invoices submitted electronically via the Invoice Processing Platform. The document details compliance requirements under the Federal Acquisition Regulation, emphasizing the involvement of small businesses, including those owned by veterans and women, while ensuring adherence to labor standards and various federal regulations governing contracting processes. Overall, this RFP demonstrates the government's commitment to strategic planning while prioritizing small business engagement and compliance with established regulations.
    Lifecycle
    Title
    Type
    Special Notice
    Combined Synopsis/Solicitation
    Similar Opportunities
    FACILITATED STRATEGIC PLANNING
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a contractor to conduct a facilitated strategic planning workshop focused on incident management preparedness in the Washington D.C. region. The primary objective of this procurement is to establish strategic oversight, promote consensus on program goals, and enhance overall program effectiveness related to all-hazard scenarios through a collaborative workshop environment. This initiative underscores NPS's commitment to improving incident management capabilities, aligning with federal priorities for coordinated emergency management efforts. Proposals are due by March 14, 2025, with the contract performance period running from April 9, 2025, to September 30, 2025. Interested parties can contact Tomica Cooper at TomicaCooper@nps.gov or by phone at 215-597-7260 for further information.
    D--NPS Microsoft 365 Support
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking industry input for Microsoft 365 support services as part of a Request for Information (RFI) initiative. The objective is to gather insights to refine the draft Performance Work Statement (PWS) and develop an acquisition strategy that enhances the NPS's operational efficiency and customer relationship management capabilities. This procurement is crucial for optimizing the NPS's digital infrastructure, which includes tasks such as Power Platform development, SharePoint management, and application development, all aimed at improving service delivery and visitor experiences. Interested vendors must submit their feedback and responses by March 17, 2025, at 2:00 PM Eastern Time to Carla Mosley at cmosley@ibc.doi.gov, adhering to specified submission guidelines.
    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.
    Septic Pumping and Disposal Services- Everglades N
    Buyer not available
    The National Park Service (NPS) is seeking quotations for septic pumping and disposal services at Everglades National Park through Request for Quotations (RFQ) 140P5425Q0013. The contract aims to streamline the removal of septic wastewater and sludge from 21 septic tanks and two Wastewater Treatment Plants (WWTP), transitioning from emergency services to pre-scheduled requests to enhance efficiency and compliance with environmental regulations. This initiative is crucial for maintaining park infrastructure and ensuring proper waste management practices. Interested vendors must submit their proposals by 5:00 PM EST on March 14, 2025, including the SF18 form, pricing, capability information, and a valid Unique Entity ID (UEI) number, with questions directed to Noelli Medina at NoelliMedina@nps.gov by March 10, 2025.
    JEFF Door Inspection & Repair
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the JEFF Door Inspection & Repair project at Gateway Arch National Park. The procurement involves providing comprehensive inspection and maintenance services for various types of doors within the Visitor Center, with a strong emphasis on small business participation as this is a 100% Small Business Set-Aside opportunity. Contractors must adhere to the detailed scope of work outlined in the Request for Quotations (RFQ) and demonstrate relevant experience in their submissions. Quotations are due by March 28, 2025, with services expected to commence on April 1, 2025, and be completed within 30 days post-award. Interested parties can contact Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625 for further information.
    Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for a concession contract to provide passenger ferry services to the South Core Banks and Shackleford Banks, along with land transportation on South Core Banks. The procurement aims to enhance visitor services by ensuring high-quality ferry operations and effective communication of services, with specific requirements for vessel capacity and operational strategies, including a commitment to customer service and complaint resolution. This opportunity is crucial for maintaining visitor access and experience in these national park areas, emphasizing compliance with conservation goals and ADA standards. Interested parties should contact Cherrie Brice at CherrieBrice@NPS.GOV or William Stevens at WILLIAMGSTEVENS@NPS.GOV for further details, with proposals due as outlined in the solicitation documents.
    Solicitation for Proposals for a New Concession Contract to Operate Lodging, Food and Beverage, Retail, Campground, and Related Visitor Services within Lake Chelan National Recreation Area
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a new ten-year concession contract to operate lodging, food and beverage, retail, campground, and related visitor services at Stehekin within the Lake Chelan National Recreation Area. This opportunity aims to enhance visitor experiences by providing essential services in a scenic national recreation area, which is vital for tourism and local economy. Interested parties must submit a "Notice of Intent to Propose" by March 21, 2025, and electronic proposals are due by April 18, 2025, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov.
    HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide Marine Natural Resource Support Services for the Pacific Islands Fish and Wildlife Office, specifically for projects at Wake Atoll. Contractors must possess valid U.S. Coast Guard Captain’s licenses, have prior experience with vessel operations and SCUBA, and be residents of Hawaii, as the services will include operating vessels for scientific diving, conducting inspections for SCUBA tanks, and managing logistics for field operations. This procurement emphasizes environmental conservation and compliance, with a contract performance period from April 1, 2025, to April 1, 2026, and a potential one-year extension. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    CANY-ROAD-SUPPLY DELINEATOR POSTS
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the supply and delivery of 900 Drivable Delineator Posts for Canyonlands National Park in Utah. The procurement aims to enhance road safety within the park by providing delineator posts in two colors—400 in brown and 500 in black—featuring a three-component anchor and flex system, with specifications that include a height of 48 inches and a minimum of 70% recycled materials. This initiative not only supports safety and navigation but also promotes sustainability and small business participation, as it is a total small business set-aside under NAICS code 339950. Interested vendors must submit their proposals by March 14, 2025, and ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI). For further inquiries, vendors can contact Luke Bowman at lukebowman@nps.gov or call 928-638-7363.
    GLCA VRP VEHICLE OUTFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide outfitting services for a new F150 Raptor vehicle intended for the Glen Canyon National Recreation Area (GLCA). The procurement involves the installation of various vehicular equipment components, with a firm delivery deadline set for May 20, 2025. This initiative is crucial for enhancing operational capabilities within the GLCA, and it is designated as a 100% Small Business Set Aside, encouraging participation from small businesses. Interested parties must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Donald Tremble at donaldtremble@nps.gov or call 720-450-1198. The project budget is under $25,000, and compliance with federal contracting regulations, including registration with the System for Award Management (SAM), is required.