CA Certified Weed Free Alfalfa Hay for SEKI NP
ID: 140P8525Q0010Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Hay Farming (111940)

PSC

FORAGE AND FEED (8710)

Set Aside

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

    The National Park Service (NPS) is seeking qualified vendors to supply and deliver 200 tons of California Certified Weed-Free Alfalfa Hay to Sequoia and Kings Canyon National Parks, specifically for use at the Ash Mountain Corral. This procurement is essential for supporting park operations, including trail maintenance and law enforcement, while preventing the spread of invasive plant species. Deliveries are scheduled between June 1, 2025, and November 30, 2025, with a minimum of 50 tons required per shipment, and all hay must meet California's weed-free certification standards. Interested contractors should contact Charlene Flanagan at Charlene_Flanagan@nps.gov or 209-379-1465, and must submit their proposals by April 29, 2025, to be considered for this total small business set-aside opportunity.

    Point(s) of Contact
    Flanagan, Charlene
    (209) 379-1465
    (307) 344-2104
    Charlene_Flanagan@nps.gov
    Files
    Title
    Posted
    The National Park Service (NPS) is seeking a vendor to supply and deliver 200 tons of certified weed-free alfalfa hay to Sequoia and Kings Canyon National Parks, specifically to the Ash Mountain Corral. This hay is essential for the park's trail maintenance and law enforcement operations, preventing the spread of invasive plant species. The vendor must ensure proper vehicle and equipment specifications for delivery, which includes operating a hay block squeeze for stacking the bales upon unloading. Deliveries are scheduled between June 1, 2025, and November 30, 2025, with a minimum of 50 tons per shipment. All hay must meet California's weed-free certification standards, including inspections and proper documentation. An NPS representative will verify the hay’s certification and condition upon delivery; any non-compliant shipments must be removed by the vendor at their own cost. The procurement process underscores the NPS's commitment to maintaining ecological integrity and supporting park operations through responsible sourcing. The document structures these requirements in a clear format, outlining specifications, delivery logistics, and compliance measures necessary for contractors.
    This government solicitation document seeks to gather relevant experience from offerors for a project coded 140P8525Q0010, particularly focusing on hay delivery to remote locations. Offerors are required to detail their past experiences by providing information on three similar projects conducted within the last five years. Each entry includes the customer/client's contact details, project value, performance period, and a brief description of the services provided, emphasizing relevant experience. This structured approach is designed to ensure that prospective bidders demonstrate their capability to meet the solicitation’s specifications. The emphasis on specific service provision suggests a targeted procurement process aimed at ensuring qualified vendors are selected to fulfill the project's needs effectively.
    The document outlines the solicitation details for the procurement of Certified Weed-Free Alfalfa Hay for Sequoia and Kings Canyon National Parks. Key points include acceptable certifications, delivery requirements, and payment processes. A Certificate of Quarantine Compliance from the California Department of Food & Agriculture is acceptable in lieu of certified weed-free hay, although NAISMA-certified hay is preferred. Delivery can be made in partial loads beyond a minimum of 50 tons, with preferred unloading hours specified. Certification documents must be submitted hard copy upon delivery, and any delivered hay must meet specific quality standards, including moisture content and cleanliness. Contractors are allowed to submit invoices after each delivery, with payments contingent on NPS approval of the goods received. The anticipated award timeline is 2-4 weeks post-solicitation closure, and invoicing will be conducted through the IPP system. Overall, the document delineates requirements and procedures for vendors interested in bidding for this contract while ensuring compliance with weed-free hay standards essential for park management.
    The document pertains to amendment 0001 of solicitation number 140P8525Q0010, issued by the U.S. Department of the Interior for the procurement of 200 tons of California Certified Weed Free Alfalfa Hay for Sequoia and Kings Canyon National Parks. This amendment extends the submission deadline for offers from April 16, 2025, to April 22, 2025, at 5:00 PM Pacific Time. Potential contractors are required to acknowledge receipt of this amendment in their submitted offers to ensure consideration. The document outlines the processes for modifying existing offers, including submission procedures via letter or electronic communication. It maintains that all other terms and conditions of the original solicitation remain unchanged. The overall objective is to facilitate the timely procurement of the specified hay for park use while ensuring compliance with federal procurement regulations.
    The document outlines Amendment 0002 for solicitation number 140P8525Q0010, which pertains to the procurement of 200 tons of California Certified Weed Free Alfalfa Hay for Sequoia and Kings Canyon National Parks. The primary purpose of the amendment is to extend the deadline for submitting offers from April 22, 2025, to April 29, 2025, both at 5:00 PM Pacific Time. The period of performance for the contract is scheduled from June 1, 2025, to November 30, 2025. Contractors are required to acknowledge receipt of this amendment via specified methods, ensuring their offers are considered valid. The document emphasizes that failing to acknowledge the amendment prior to the new deadline may lead to the rejection of offers. Importantly, it underscores compliance with protocols for contract modifications in accordance with federal regulations. The amendment’s structuring aligns with standard practices for federal RFPs, ensuring clarity and adherence to administrative requirements within the government procurement process.
    This document is an amendment to solicitation number 140P8525Q0010, issued by the Department of the Interior's National Park Service for the supply and delivery of 200 tons of California Certified Weed Free Alfalfa Hay to Sequoia and Kings Canyon National Parks. Amendment 0003 specifically addresses inquiries from potential contractors, providing answers that are detailed in an attached document. The period of performance for the contract is set from June 1, 2025, to November 30, 2025. Contractors must acknowledge receipt of this amendment to ensure their offers are considered, with a clear deadline established for responses. The amendment outlines necessary administrative changes and clarifies the requirement for contractor signatures. It reinforces compliance with the Federal Acquisition Regulation, highlighting the importance of adhering to solicitation terms and deadlines in competitive bidding processes. This amendment serves to enhance transparency and communication in the procurement process within federal contracting.
    The document is a Request for Proposal (RFP) from the National Park Service (NPS) concerning the supply and delivery of 200 tons of California Certified Weed-Free Alfalfa Hay for Sequoia and Kings Canyon National Parks. The solicitation is a total small business set aside, with a deadline for proposals on April 16, 2025, and performance to be completed between June 1, 2025, and November 30, 2025. The evaluation of offers will be based on price, technical capability, and prior experience, with detailed documentation required from vendors to demonstrate compliance and reliability. Interested contractors must submit specific information and acknowledge amendments as part of their bids, including a statement of their ability to provide certified weed-free products. Proposals must be sent to the contracting specialist, Charlene Flanagan, via email. The document stipulates requirements for electronic invoicing through the U.S. Department of the Treasury's Invoice Processing Platform, ensuring streamlined payment procedures. This RFP emphasizes adherence to federal regulations and highlights the importance of working with small businesses while ensuring quality and compliance in environmental management practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    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 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.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    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.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    Mt. Pinos Toilet Pumping Services, Los Padres NF
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting proposals for toilet pumping services at 13 locations within the Mt. Pinos Ranger District of the Los Padres National Forest in California. The contractor will be responsible for providing all necessary labor, materials, equipment, and transportation to pump Forest Service-owned campground and trailhead toilets, ensuring proper waste disposal in compliance with federal, state, and local regulations. This contract, which is a total small business set-aside, includes a one-year base period with four optional one-year extensions, and services are to be performed annually from May 1 to October 31. Interested contractors must submit their proposals by December 17, 2025, at 12:00 PM PST, via email to Erin.Scott-James@usda.gov, and must have an active SAM registration to be eligible for consideration.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.