Hazard Tree Mitigation, Lassen Volcanic NP
ID: 140P8424Q0125Type: Solicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- TREE THINNING (F014)

Set Aside

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

    The National Park Service (NPS) is soliciting bids for a hazard tree mitigation project at Lassen Volcanic National Park in California, specifically focusing on the felling, bucking, and limbing of hazardous trees. The contractor will be responsible for providing all necessary supervision, labor, equipment, and supplies to safely remove trees that pose risks to park infrastructure, ensuring compliance with safety and environmental regulations throughout the project. This initiative is critical for maintaining park safety and protecting the natural environment, with the performance period scheduled from September 16 to October 31, 2024. Interested small businesses must submit their quotations via email by the specified deadline, and inquiries should be directed to Brenda Lewis at Brenda_Lewis@nps.gov or by phone at 206-220-4018.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for Solicitation #140P8424Q0125, which focuses on hazardous tree mitigation in Lassen Volcanic National Park. Scheduled from September 15, 2024, to October 31, 2024, the project involves the removal of select unhealthy trees that pose risks to park infrastructure, including buildings and utilities. Contractors are tasked with felling and flush cutting marked trees, managing tree debris, and adhering to strict safety and environmental guidelines. Key requirements include using approved equipment, obtaining necessary permits, ensuring public safety, and maintaining clear access for emergency services. The contractor must establish a safety plan compliant with OSHA standards and maintain adequate training and equipment for personnel. The document specifies environmental measures to prevent site disturbances and protect native flora and fauna. Payment is structured through progress invoices, with a strong emphasis on coordination with National Park Service staff. Overall, this RFP seeks qualified contractors to safely execute tree removal while ensuring compliance with governmental regulations and minimal impact on the natural landscape.
    The document outlines the Statement of Work for Solicitation #140P8424Q0125 regarding hazardous tree mitigation at Lassen Volcanic National Park. The project, scheduled from September 15 to October 31, 2024, involves felling selected hazard trees close to park infrastructure, including buildings and fire hydrants. The contractor must remove trees identified by park staff, ensuring compliance with safety and environmental considerations throughout. Key tasks include cutting trees flush at ground level, staging wood for National Park Service (NPS) crew chipping, and maintaining safety protocols to protect both workers and the public. The contractor is responsible for providing personnel and equipment while adhering to strict work hours and environmental safeguards. Additionally, a safety plan is required to mitigate hazards associated with tree removal. The document emphasizes the need for careful planning to minimize the impact on the surrounding environment and ensure that all operations are conducted safely and in accordance with NPS regulations. This RFP aims to secure contracted services to address safety risks posed by unhealthy trees within the park setting.
    The document outlines various federal and state/local Requests for Proposals (RFPs) and grants, focusing on funding opportunities for governmental projects. It emphasizes the submission requirements, evaluation criteria, and the strategic alignment with governmental priorities such as public safety, environmental sustainability, and community development. Key sections detail the application processes, timelines, and eligibility criteria for entities wishing to apply, particularly highlighting sectors targeted for grants such as infrastructure, health services, and education. Supporting details include an overview of estimated funding amounts available and specific guidelines for proposal submissions, addressing potential concerns regarding compliance and project outcomes. The document underscores the importance of adhering to regulatory frameworks while encouraging collaborative efforts among agencies to enhance the impact of funded projects. The overall purpose is to encourage engagement from various public entities and organizations, ensuring they are well-informed about opportunities to access government funding, thereby fostering enhancement of public services and community initiatives through effective project implementation.
    This document is an attachment to RFQ No. 140P8424Q0125, providing essential representations and certifications required for federal contracting. It defines key terms related to business ownership classifications such as small businesses, veteran-owned businesses, and disadvantaged business concerns, establishing eligibility criteria for government contracts. The form outlines the obligations of the offeror, including confirming completion of representations in the System for Award Management (SAM), certifications regarding child labor, and adherence to the Buy American Act. It includes sections for identifying any end products and their origination, alongside compliance with provisions against using forced labor, particularly in Sudan. Moreover, the document highlights requirements related to federal tax liabilities and ethical standards, including a prohibition on contracting with entities engaging in certain activities related to Iran and guarantees regarding transparency in reporting waste or fraud. Ultimately, this RFQ attachment is crucial for ensuring that contractors meet federal standards while promoting equitable opportunities for diverse businesses in compliance with regulatory frameworks, emphasizing government integrity in procurement processes.
    The document is a Technical Information Form for the Hazard Tree Mitigation project at Lassen Volcanic National Park, under RFQ No. 140P8424Q0125. It outlines the required information from quoters, such as their business name, address, and contact details. Quoters must specify whether they will self-perform the work or utilize subcontractors, detailing the key trades assigned to any proposed subcontractors. Additionally, the form requires quoters to list relevant past experience with similar projects, including project titles, contract numbers, agency owners, monetary amounts, and performance periods. Quoters must also include past performance references. A crucial component of the submission is a narrative technical approach, limited to one page, articulating how the quoter intends to accomplish the project. This encapsulates the methods and strategies for successful project execution. The document serves as part of the competitive solicitation process within federal RFPs, emphasizing the importance of experience, subcontractor utilization, and a well-defined technical strategy for hazard mitigation work at the national park.
    The document pertains to a site visit for the project titled "LAVO Hazard Tree Mitigation" organized by the National Park Service at Lassen Volcanic National Park. Scheduled for September 4, 2024, at 9:00 AM, participants are to convene at the headquarters located in Mineral, California. The sign-in sheet includes key personnel such as Joe Pettegrew, Chief of Maintenance, and representatives from various tree felling and operations companies. The primary focus of this project involves the mitigation of hazardous trees within the park, aiming to ensure visitor safety and environmental protection. This site visit is essential as it marks a collaborative effort involving multiple stakeholders to address tree hazards effectively, consistent with the objectives set forth in applicable government RFPs and grants aimed at maintaining park safety and ecological integrity.
    The National Park Service conducted a site visit for the project titled "140P8424Q0125 – LAVO Hazard Tree Mitigation" on September 4, 2024. The meeting took place at the headquarters located at 38050 Highway 36E, Mineral, CA. Key participants included Joe Pettegrew, Chief of Maintenance for NPS, and representatives from various tree service companies such as P31 Granter, Jim McDaniel Tree Felling, DeLuna Enterprises, A-1 Tree Service, and Mikala Corp. The focus of the project is to mitigate hazards posed by tree conditions within Lassen Volcanic National Park, requiring expertise from tree service operators to ensure the safety of the park's ecosystem and visitors. This initiative aligns with federal efforts to maintain natural spaces while addressing potential risks. The document records essential participant information for coordination and accountability as part of the project's planning steps.
    The document pertains to Solicitation #140P8424Q0125 for hazard tree mitigation at Lassen Volcanic National Park, focusing on the maintenance of the HQ Water Tank area. Key discussions included the depth of the water line, which averages 4 feet, with as-built drawings available for verification. The original requirement for handling brush was confirmed; slash must be dragged to the roadside for removal. During a recent fire mitigation effort, two significant trees were felled as a precaution. Additionally, three more trees were identified for removal: one 26-inch and one 30-inch tree near the Seismometer Buildings, and a 24-inch tree behind Building 10. This document serves as a clarification on responsibilities, site conditions, and adjustments to the scope of work for contractors involved in the cleanup and tree removal efforts in the park. It highlights the importance of safety measures and coordinated actions to mitigate fire risks in the area.
    The document provides a Q&A related to the Hazard Tree Mitigation project at Lassen Volcanic National Park, referenced as Solicitation #140P8424Q0125. Key issues addressed include the depth of water lines connected to the existing water tank, the management of brush removal, and the identification of trees requiring felling due to fire mitigation strategies. Specific trees were noted for removal, including two previously felled during a fire threat, along with three additional trees identified for inclusion in the contract. The document emphasizes that moving tree sections and brush would require special equipment, which is restricted from leaving paved areas. Instead, the National Park Service (NPS) will assist in yarding logs, allowing the contractor to focus on tree felling and brush piling. This summary outlines the crucial operational guidelines and expectations for contractors involved in this environmental management program, all within the context of federal project solicitations.
    This document outlines an amendment to solicitation 140P8424Q0125 issued by the National Park Service (NPS) for a project at Lassen Volcanic National Park involving the felling, bucking, and limbing of hazard trees. The amendment includes essential attachments: a revised Statement of Work, a Site Visit Sign-In Sheet, and a Q&A document. Contractors are required to acknowledge receipt of this amendment, and submissions must adhere to strict deadlines. The acquisition is a Total Small Business Set-Aside, with the government planning to award a firm-fixed-price purchase order based on the most advantageous quotations. The performance period for the project spans September 16, 2024, to October 31, 2024. The main purpose of this amendment is to ensure clarity and compliance with the solicitation requirements while emphasizing the need for thorough evaluation of quotations for effective project execution.
    This document outlines Amendment 0001 to solicitation number 140P8424Q0125 issued by the National Park Service (NPS) for tree management services at Lassen Volcanic National Park, Tehama County, CA. The amendment primarily extends the submission deadline for offers to September 13, 2024, at 2:00 PM PT, in an effort to enhance competition among potential bidders. The project requires the contractor to handle felling, bucking, and limbing of hazard trees, providing necessary supervision, labor, and equipment. The North American Industry Classification System (NAICS) code for this work is 115310 with a size standard of $34 million, reflecting that this acquisition is limited to small business participants. Interested businesses must submit their quotations electronically by the amended deadline, adhering to specified solicitation requirements. The period of performance for the contracted work will be from September 16, 2024, to October 31, 2024. This notice emphasizes the government's intent to award a firm-fixed-price purchase order based on the most beneficial quotation received. Additional details can be found in the attached Statement of Work and related provisions.
    This document is a modification of a solicitation related to a project in Lassen Volcanic National Park, California, concerning the felling, bucking, and limbing of hazard trees. The amendment includes a revised Site Visit Sign-in Sheet and a revised Questions and Answers document. It specifies that all quotations must come from small business concerns as part of a Total Small Business Set-Aside. The anticipated contract will be awarded based on simplified acquisition procedures, evaluating the most advantageous quotation for the government. The work period is set from September 16, 2024, to October 31, 2024. All responses to the solicitation must acknowledge the amendment and must be submitted via email by the specified deadline. The document emphasizes compliance with procurement rules and the importance of providing a complete quotation with detailed responses to all requirements outlined in the attached Statement of Work.
    The National Park Service (NPS) is soliciting bids for the felling, bucking, and limbing of hazard trees at Lassen Volcanic National Park, California, through a Request for Quotation (RFQ) identified as 140P8424Q0125. This procurement is directed exclusively to small businesses under the North American Industry Classification System (NAICS) code 115310 with a size standard of $34 million. Contractors are required to provide comprehensive resources and adhere to safety regulations during the project's performance scheduled from September 16 to October 31, 2024. The RFQ outlines the need for contractors to inspect the site, submit detailed quotations by the specified deadline, and includes several clauses and requirements, such as past performance evaluations and compliance with federal regulations. Quotes will be evaluated based on price, technical acceptability, relevant experience, and past performance, aiming to select the contractor who offers the most advantageous terms to the government. A site visit is recommended to ensure understanding of project conditions. This initiative reflects the government's commitment to enhancing park safety and infrastructure management while ensuring opportunities for small businesses to participate in federal contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterior painting and fire retardant application at Lassen Volcanic National Park. The project involves painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to shake shingles on 19 historic structures within the park. This initiative is crucial for preserving the park's historic buildings while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes electronically by 3 PM PST on September 20, 2024, and can contact Phaedra Fuller at phaedrafuller@nps.gov for further details. The estimated contract value ranges from $100,000 to $250,000, with the performance period extending from September 30, 2024, to July 31, 2025.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    Transformer and Switchboards for Yosemite NP
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is seeking quotes from small businesses for the supply of one 3-phase transformer and two switchboards for Yosemite National Park in California. The procurement includes a pad-mounted, liquid-immersed transformer with specific voltage and kVA ratings, and delivery is required by October 1, 2025, to the NPS Warehouse in El Portal, CA. This opportunity is crucial for enhancing the park's electrical infrastructure, ensuring compliance with industry standards, and supporting the operational needs of the facility. Interested vendors must submit their quotes via email by 1:00 PM Pacific Time on October 17, 2024, and should direct any questions to Lisa Henson at LisaHenson@nps.gov by October 3, 2024.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Fire, alarm, sprinkler sys insp, Mt Rainier NP
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified contractors to provide inspection, testing, and maintenance services for fire alarm and sprinkler systems at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by identifying and reporting deficiencies in these critical safety systems. This opportunity is particularly significant for enhancing emergency preparedness within federal facilities while promoting small business participation, as it is a total small business set-aside with a size standard of $11.5 million. Interested vendors must submit their quotations by 2 p.m. Pacific Time on August 19, 2024, and direct any questions to Hal Hoversten at halhoversten@nps.gov by September 16, 2024.
    R--LANDS - BRVB CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to provide cadastral surveying services for two school sites in Summerton, South Carolina, under solicitation number RFQ 140P2124Q0338. The project involves subdividing approximately 1.37 acres and 2.67 acres from larger parcels, requiring the contractor to confirm boundaries, mark parcel corners, and deliver both hardcopy and digital documentation, including plats and legal descriptions. This procurement is crucial for effective land management and development, ensuring compliance with South Carolina's surveying standards while adhering to federal regulations. Quotations are due by September 19, 2024, at 5:00 PM Eastern Time, with a performance period from September 26 to November 29, 2024. Interested vendors can contact Luis Cibrian at luiscibrian@nps.gov for further information.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    CA FTNP SEKI 13(2) Mineral King Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the rehabilitation of up to 15.20 miles of Mineral King Road within Sequoia and Kings Canyon National Park in California. The project involves extensive roadway work, including pulverization of existing pavement, aggregate base placement, asphalt paving, and various drainage improvements, all while maintaining public access during construction. This project is critical for enhancing visitor access and ensuring roadway stability in an environmentally sensitive area, with an estimated cost range between $25 million and $35 million. Interested contractors can attend a non-mandatory pre-bid site visit on October 8, 2024, and must RSVP by October 3, 2024; for further inquiries, contact Jorey Deml or Ryan Phillips at cflacquisitions@dot.gov.