Red Rock Canyon Conserv. Area Fee Collection Svcs.
ID: 140L0624Q0045Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Facilities Support Services (561210)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

Set Aside

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

    The Department of the Interior, through the Bureau of Land Management, is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial transaction guidelines. This contract is crucial for maintaining operational efficiency and supporting conservation efforts at a site that attracts millions of visitors annually. Interested small businesses must submit their quotations electronically by October 11, 2024, and direct any questions to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.

    Point(s) of Contact
    Files
    Title
    Posted
    The Quality Assurance Surveillance Plan (QASP) for the Bureau of Land Management's Red Rock Canyon National Conservation Area outlines a systematic approach to monitor contractor performance to ensure adherence to service and quality standards outlined in the Performance Work Statement (PWS). The QASP defines the roles of the Contracting Officer (CO) and the Contracting Officer’s Representative (COR) in administering performance assessments, emphasizing a results-oriented approach over compliance checks. It establishes performance management strategies where the contractor is accountable for quality via their own Quality Control Plan (QCP). Key methodologies for monitoring include various surveillance techniques like random monitoring, periodic inspections, customer feedback collection, and acceptable quality levels. The document also prescribes specific performance standards, highlighting critical objectives like accurate product issuance, cash handling procedures, and effective communication protocols. The assessment involves completing monitoring forms and regular reporting to ensure performance standards are met, with consequences for non-compliance. This QASP serves both to protect the interests of the Government and to ensure that the contractor meets its obligations while maintaining flexibility to innovate within the parameters set by the Government, ensuring effective resource management at the conservation area.
    The document outlines Wage Determination No. 2015-5593 issued by the U.S. Department of Labor under the Service Contract Act. It specifies wage rates and fringe benefits for various occupations in Clark County, Nevada, effective in 2024. Contractors must pay the prevailing minimum wages, which are influenced by Executive Orders 14026 and 13658, depending on the contract's initiation or extension date. The document lists detailed wage rates for multiple occupational categories, including Administrative Support, Automotive Service, Health Occupations, and Information Technology, along with mandated fringe benefits like health and welfare, vacation, and holidays. Specific provisions state that employees may be entitled to paid sick leave under Executive Order 13706. Additionally, it outlines procedures for classifying any unlisted job categories under the wage determination and includes guidelines for hazardous pay and uniform allowances. This wage determination is vital for compliance by contractors in federal and government contracts, ensuring all employees are compensated according to established labor standards.
    The document outlines the proposed Recreation Fee Collection Services at the Red Rock Canyon National Conservation Area. It details a timeline from December 1, 2024, to November 30, 2029, divided into five distinct budget periods for service delivery. Each period specifies an "Each" unit of measure but does not list specific total costs associated with these periods. The RFP aims to secure a service provider capable of implementing and managing fee collection activities, which is essential for preserving park resources and supporting conservation efforts. This project aligns with federal goals to enhance visitor experience while ensuring financial sustainability for the conservation area.
    The document provides a template for submitting past performance references required in federal and state/local Requests for Proposals (RFPs) and grants. It outlines the necessary information that an offeror must provide for three separate past performance citations. For each citation, details such as the contracting agency, contract number, type, value, period of performance, and a brief description of the contract effort must be included. Additionally, contact information for a point of contact from the agency is needed, including their name, phone number, and email. This structured methodology assists agencies in evaluating the offeror's previous work and reliability, serving as a criterion for consideration in government contracting processes. Overall, the document plays a vital role in maintaining transparency and accountability in government procurements.
    The document is a request for quotation (RFQ) for fee collection services at the Red Rock Canyon National Conservation Area, issued under solicitation number 140L0624Q0045. It is a 100% small business set-aside under NAICS code 561210, with a small business size standard of $47 million. The RFQ spans a base performance period from December 1, 2024, to November 30, 2025, with four additional one-year option periods through November 30, 2029. Contractors are required to manage an on-site ticket sales and reservations system for the fee site, providing all necessary personnel and resources, except for items specified as government-provided. Quotations must be submitted electronically by October 11, 2024, with questions directed to the contracting officer by September 25, 2024. Specific evaluation criteria for proposals will include technical capability, past performance, and price. The document includes references to pertinent provisions and clauses that will govern the solicitation and contracting process. Several attachments, such as performance requirements and payment schedules, accompany the RFQ, outlining additional details necessary for bidders.
    The document outlines critical elements related to the Red Rock Canyon Visitor Center, emphasizing operational aspects like fee collection and visitor management. Key components include detailed maps of the Las Vegas area and the layout of fee stations and booths designed for managing entrance fees. It highlights the strategic placement of entrance signs to enhance visitor awareness and traffic patterns within the area. These components are essential for ensuring a smooth visitor experience and effective revenue generation, ultimately supporting the federal initiative to maintain and improve national conservation areas. This file serves as a functional guide within the context of federal requests for proposals (RFPs) and grants, underscoring the government's commitment to preserving natural parks and enhancing visitor engagement through structured management practices. The overall intent is to ensure that the Red Rock Canyon National Conservation Area remains accessible and well-organized while generating necessary funds for ongoing operational and conservation efforts.
    The document outlines the Performance Work Statement (PWS) for a contractor tasked with operating fee stations in compliance with established standards, particularly related to the management of the America the Beautiful interagency passes. It specifies several performance objectives that are crucial for ensuring high-quality service and operational success. Key performance thresholds include limits on customer complaints, accurate handling of transactions, timely communication with the Bureau of Land Management (BLM), and maintaining operational standards at fee stations. Surveillance methods range from validated customer complaints to periodic inspections, aiming to ensure adherence to protocols like cash handling, appropriate staffing, and effective communication during emergencies. The contractor is expected to facilitate smooth traffic flow, maintain a clean and professional appearance, and consistently provide accurate information and customer service. Overall, the document emphasizes the contractor's accountability in meeting specific performance outcomes essential for the smooth operation of federal recreational services and compliance with regulatory standards. This framework is integral to federal RFPs, ensuring that contractors deliver quality services that align with government objectives.
    The document outlines the deliverables schedule for revenue reporting related to the "America the Beautiful Interagency Passes." It establishes a monthly reporting requirement to the Bureau of Land Management (BLM) Fee Liaison, specifying the need for various revenue reports that include gross and net revenue, sales methods, and detailed sales information by pass type. Key reports must be submitted by the 5th of each month, including data on pass voids, overages and shortages, and refund requests. Additionally, weekly revenue summaries detailing cash collected must be provided. All reports are to be submitted in Excel format or as cash documents, demonstrating the federal government's structured approach to revenue tracking and financial accountability within its programs. This deliverable schedule reflects the government's commitment to maintaining accurate financial records and transparency in managing federal recreation fees.
    This document outlines the payment schedule for a booth operation contract spanning twelve months, detailing the percentage of the total fee allocated to each month's deliverable. Each month features a specified payment ranging from 7.68% to 8.49% of the fixed total, reflecting slight variations in percentage throughout the year. The payment distribution includes months like December, January, March, July, and August at 8.49%, while April, June, and September have slightly lower rates of 8.22%. The focus appears to be on ensuring timely and structured compensation for services rendered within the specified contractual period. The arrangement demonstrates the government's commitment to transparent financial management and adherence to firm-fixed-price contracting principles, aligning payments with corresponding operational deliverables.
    The document outlines a Request for Proposal (RFP) for non-personal services related to fee collection operations at the Red Rock Canyon National Conservation Area (RRCNCA). The Bureau of Land Management (BLM) seeks a contractor to manage ticket sales and reservation systems for this popular outdoor site, which attracts millions of visitors annually. The contract spans a base year from December 2024 to November 2025, with four optional extension periods through 2029. Key responsibilities include overseeing all personnel and equipment necessary for efficient fee collection, delivering high-quality customer service, and adhering to federal guidelines for financial transactions. The contractor must establish quality control measures, maintain accurate revenue reporting, and ensure compliance with security protocols for personnel accessing government facilities. Training will be provided by the BLM. The RRCNCA requires a robust operational plan due to its significant visitor volume and historical importance. By structuring the contract to include quality assurance and customer service standards, the BLM aims to sustain an engaging visitor experience while effectively managing recreation fees to fund conservation projects. This RFP reflects the government's commitment to maintaining public lands and facilitating recreational activities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.
    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.
    S--HFO RECREATION SITE JANITORIAL
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Arizona State Office, is seeking qualified contractors for janitorial maintenance services at the Hassayampa Field Office Recreation Site in Arizona. The primary objective of this procurement is to ensure clean, safe, and operational facilities at various recreation sites, including vault toilet cleaning and litter removal, while adhering to environmental stewardship and public health standards. This contract is a total small business set-aside, with a performance period from October 1, 2024, to September 30, 2026, and offers must be submitted by September 19, 2024, following a site visit on September 9, 2024. Interested parties can contact Cynthia Markum at cmarkum@blm.gov or by phone at 971-469-5766 for further inquiries.
    R--BOATMAN OPERATIONS LOGISTICAL SERVICES
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is soliciting proposals for Boatman Operations Logistical Services to support the Grand Canyon Monitoring and Research Center (GCMRC) from December 2024 to November 2029. The procurement aims to secure qualified personnel, including boat operators and field technicians, to facilitate approximately 20 to 30 annual river trips essential for ongoing environmental monitoring and research. This contract, set aside for small businesses, emphasizes the importance of skilled labor in executing vital ecological studies and ensuring compliance with safety and operational guidelines. Interested parties must submit their proposals electronically by October 15, 2024, with a maximum contract value of $8 million and an initial task order estimated at $600,000. For further inquiries, contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.
    C--Arizona, Colorado and New Mexico A&E IDIQ Contract
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified small businesses to establish two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Architect/Engineering (A&E) services in Arizona, Colorado, and New Mexico. The contracts will encompass a range of services including civil engineering, architecture, facility construction, and environmental compliance, with a maximum contract value of $7 million over a five-year term and a minimum guarantee of $2,500. These services are crucial for the rehabilitation and construction of various facilities, ensuring adherence to federal design and environmental standards. Interested firms must submit their qualifications by September 27, 2024, at 2:00 PM local Colorado time, and can direct inquiries to Ian Petersen at ipetersen@blm.gov or by phone at 303-236-6701.
    F--Off-range Corral Support Services (ORC)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral Support Services (ORC) for the Wild Horse & Burro Program (WHBP) in the Eastern States. The required services include the feeding, care, and maintenance of wild horses and burros, with facilities capable of accommodating between 120 and 400 animals annually, alongside necessary infrastructure such as fenced corrals and regular maintenance. This initiative underscores BLM's commitment to the welfare of wild horses and burros while promoting engagement with small businesses, with a prospective solicitation anticipated to be a firm-fixed priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with multiple awards. Interested vendors must submit their capabilities, size status, and relevant certifications by September 23, 2024, to Brian Peck at bpeck@blm.gov.
    F--Off-range Corral, Training & Event Support Services (ORC-TE)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral, Training, and Event Support Services for the Wild Horse and Burro Program in the Eastern States. This procurement involves the care, feeding, and training of wild horses and burros, including organizing adoption events and maintaining health records, while adhering to National Environmental Policy Act (NEPA) regulations. The selected vendors will be responsible for facilities accommodating 50-100 animals annually and will participate in onsite, offsite, and virtual public engagement events. Interested firms, particularly small businesses, are encouraged to submit their capabilities and compliance details by September 23, 2024, to Brian Peck at bpeck@blm.gov or by phone at 303-236-1046, as this sources sought notice is a preliminary step in developing an acquisition strategy.