F--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, specifically the Bureau of Land Management (BLM), 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 guidelines, with a contract period from December 1, 2024, to November 30, 2025, and four optional one-year extensions through November 30, 2029. This opportunity is significant as it supports the management of a popular outdoor site that attracts millions of visitors annually, contributing to conservation efforts and enhancing visitor experiences. Interested small businesses must submit their quotations electronically by October 18, 2024, and can direct inquiries 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.
    This document is an amendment to solicitation number 140L0624Q0045, issued by the Bureau of Land Management (BLM) in Denver, Colorado. It provides responses to various questions regarding the solicitation for fee collection services. The incumbent contractor is the Southern Nevada Conservancy, which is currently operating under a cooperative agreement, hence no award number or relevant financial details are available. The amendment clarifies evaluation criteria and requirements by referring bidders to the SF1449, specifically FAR provision 52.212-2, which outlines necessary documentation such as resumes and insurance, as well as the contract period from December 1, 2024, to November 30, 2025. Additionally, the document indicates that this is a new requirement, as services will no longer be provided under the previous agreement. Bidders are reminded that acknowledgment of this amendment must be submitted prior to the specified deadline, or their offers may be rejected. The document concludes by affirming that all other terms and conditions remain unchanged. The clarity of information and administrative processes exemplifies typical protocols in government RFP management.
    This document is an amendment (0002) to the solicitation numbered 140L0624Q0045, related to federal contracting. The primary updates include an extension of the offer due date from October 11, 2024 to October 18, 2024, and the removal of references to certain FAR provisions in the "Instructions to Offerors - Commercial Products and Commercial Services" section. The period of performance for the related contract is specified to be from December 1, 2024, to November 30, 2025. Offerors must acknowledge receipt of this amendment via designated methods to avoid rejection of their offers. All other terms and conditions remain unchanged. The amendment emphasizes protocol compliance, particularly regarding timely submissions and acknowledgment of changes, critical for maintaining the integrity of the governmental contracting process.
    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
    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.
    F--BLM MESA MASTICATION
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Mesa Mastication project, aimed at reducing wildfire risks through vegetation management in northwestern Colorado. This initiative involves cutting and shredding pinyon and juniper trees across an area of 765 acres, with work scheduled from April 2, 2025, to November 30, 2025. The project is part of broader federal efforts in land management and resource conservation, emphasizing fire prevention and sustainable recreational use of public lands. Interested vendors must submit their quotes via email by 10:00 AM MDT on March 20, 2025, and can contact Daniel Rosales at drosales@blm.gov for further information.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier tree growth across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative is part of BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and compliance with technical specifications for tree removal and debris management. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes or additional information.
    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.
    F--PASS CREEK HANDTHINNING
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotes for the Pass Creek Hand Thinning project located in Poncha Springs, Colorado. This federal contract involves cutting and piling conifer tree species across an 80-acre riparian zone to enhance wildlife habitat and improve tree vigor, with contractors required to adhere to specific piling dimensions and safety regulations throughout the project. The contract period is set from March 21, 2025, to December 15, 2025, and interested contractors must submit their quotes by March 12, 2025, to Daniel Rosales at drosales@blm.gov, ensuring compliance with all outlined requirements and acknowledging any amendments to the solicitation.
    Combined synopsis solicitation is being issued for
    Buyer not available
    The Bureau of Land Management (BLM) is issuing a Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) focused on Pasture Management Services at the Dean Creek Elk Viewing Area in Oregon. This opportunity is specifically set aside for small business vendors and aims to enhance natural resource conservation through activities such as site preparation mowing, teddering, and fuel break raking over a five-year contract period starting June 1, 2025. The selected vendors must demonstrate relevant experience and technical capacity in similar projects, with a submission deadline of April 4, 2025, and inquiries accepted via email until March 21, 2025. Interested parties can contact Traci Thaler at tthaler@blm.gov or (916) 952-5223 for further information.
    F--BLM PINTO MESA HAND THINNING AND PILE
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Pinto Mesa Hand Thinning and Piling project, aimed at managing vegetation to mitigate wildfire risks across approximately 313 acres near Meeker, Colorado. The project involves cutting and piling pinyon and juniper trees, with contractors responsible for providing all necessary equipment and ensuring compliance with environmental and safety standards. This initiative is crucial for enhancing forest health and reducing fire hazards, aligning with broader government efforts in resource management and ecosystem restoration. Interested contractors must submit their quotes via email to Contracting Specialist Daniel Rosales by 10:00 AM MDT on March 20, 2025, with the contract performance period set from April 2, 2025, to December 31, 2025.
    F--BLM WILLOW CREEK CUT AND PILE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the "Willow Creek Cut and Pile" project, which involves vegetation management services aimed at reducing wildfire risks across 118 acres in Colorado. Bidders are required to demonstrate relevant experience from the past five years, provide a detailed project schedule, and ensure the presence of a qualified project manager or crew foreman throughout the project duration, which is set from April 2, 2025, to November 30, 2025. This initiative is part of the BLM's broader commitment to responsible land management and fire risk reduction, emphasizing ecological health and public safety. Interested contractors must submit their proposals by March 21, 2025, and direct any inquiries to Daniel Rosales at drosales@blm.gov.
    SHEEP CREEK HERBICIDE WEEDS TREATMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Nevada State Office, is soliciting proposals for the Sheep Creek Herbicide Weeds Treatment project, which involves the ground-based application of herbicides to control invasive and noxious weeds across approximately 2,390 acres of BLM-administered land in Elko County, Nevada. Contractors are required to provide all necessary labor, equipment, chemicals, and materials while adhering to strict environmental safety guidelines, including obtaining a Nevada Professional Applicator License and maintaining comprehensive documentation of pesticide applications. This initiative is crucial for effective land management and ecological stewardship, reflecting the BLM's commitment to preserving land health in the region. Interested small businesses must submit their proposals electronically by the specified deadline, with the performance period scheduled from June 2, 2025, to July 18, 2025. For further inquiries, contact Matthew Merritt at mbmerritt@blm.gov or (775) 861-6742.
    B--MORU Rock Block Studies
    Buyer not available
    The National Park Service (NPS) is preparing to solicit proposals for Rock Block Monitoring Services at Mount Rushmore National Memorial in South Dakota. The contractor will be responsible for managing and maintaining the rock block monitoring system, ensuring its operability, and providing an annual report to the Contracting Officer’s Representative. This five-year firm-fixed price service contract, which includes five option periods, is crucial for the ongoing safety and preservation of the monument, with an anticipated solicitation release around February 20, 2025, and responses due approximately 20 days later. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.