Mariposa Grove Transportation Services at Yosemite
ID: 140P8525Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Scenic and Sightseeing Transportation, Land (487110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR CHARTER (V122)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 12:00 AM UTC
Description

The Department of the Interior's National Park Service is seeking qualified contractors to provide visitor transportation services at the Mariposa Grove in Yosemite National Park, California. The contractor will operate a seasonal shuttle service from the South Entrance parking area to the Mariposa Grove, utilizing government-owned hybrid buses from April 16 to November 30, 2025, with the aim of enhancing visitor experience while reducing traffic congestion and emissions. This opportunity is a firm fixed-price contract, with proposals due by 5:00 PM Pacific Time on April 10, 2025, and will be evaluated based on price, technical capability, and past performance. Interested parties should direct inquiries to Lisa Henson at lisa_henson@nps.gov and ensure compliance with all federal regulations and wage determinations.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 5:07 PM UTC
The document outlines the pricing schedule for transportation services at Mariposa Grove, part of Yosemite National Park, under the federal RFP 140P8525Q0013. It details various service periods, including Spring, Peak, Late Summer, Early Autumn, and Late Autumn, specifying the number of buses, operational days, and total bus hours for each season. Each Contract Line Item Number (CLIN) requires an offeror to fill in the unit prices, which will automatically generate extended prices. The document stresses the importance of completing all pricing fields and ensuring that the extended prices accurately reflect the total proposed costs. It emphasizes compliance with the Performance Work Statement and warns that incomplete submissions may lead to a non-responsive offer. The structure is straightforward, consisting of a table format clearly delineating services and requirements, aimed at facilitating transparent bidding for federal transportation contracts.
Mar 26, 2025, 5:07 PM UTC
The U.S. Department of the Interior's National Park Service has issued a Performance Work Statement (PWS) for the operation of the Mariposa Grove Transportation Service in Yosemite National Park. The contractor will provide a seasonal, no-cost shuttle service from the South Entrance parking area to the Mariposa Grove from April 16 to November 30, 2025, using government-owned hybrid buses. The goal is to enhance visitor experience while minimizing traffic congestion and emissions. Key responsibilities include employing qualified drivers, ensuring vehicle maintenance, and adhering to safety regulations. The contract mandates prompt communication with NPS staff regarding performance and any necessary adjustments to schedules due to emergencies or visitor patterns. The contractor must provide training for employees and establish a substance abuse plan, ensuring that all operations align with federal, state, and local safety regulations. Performance will be assessed through regular inspections and feedback from visitors. The contractor will be accountable for all costs associated with operations, including fuel and maintenance, while ensuring the upkeep of provided buses. This document underscores the mutual partnership between the contractor and NPS in delivering high-quality visitor service in compliance with regulatory standards.
Mar 26, 2025, 5:07 PM UTC
The document is a wage determination under the Service Contract Act by the U.S. Department of Labor, specifying minimum wage rates for federal contracts in Mariposa County, California. It outlines wage requirements based on Executive Orders 14026 and 13658, applicable to contracts entered into or extended after specified dates. For contracts starting after January 30, 2022, the minimum wage is set at $17.75 per hour; for earlier contracts, it is $13.30 per hour, unless a higher listed wage applies. Various occupations and their corresponding wage rates are detailed, along with fringe benefits including health and welfare rates, vacation, and holiday pay. Additionally, the document clarifies compliance requirements relating to paid sick leave under Executive Order 13706. Contractors are reminded to adhere to wage strategies established by the Wage and Hour Division and provide a conformance process for unlisted job classifications. The overall purpose is to ensure fair compensation for service workers employed under federal contracts while providing guidelines for compliance in labor practices. This wage determination is significant for contractors seeking federal RFPs or grants and aligns with federal labor regulations promoting worker protections.
Mar 26, 2025, 5:07 PM UTC
The document outlines RFQ 140P8525Q0013 for the Mariposa Grove Transportation Service at Yosemite National Park, detailing essentials for potential vendors interested in bidding on the contract. The National Park Service seeks a firm fixed-price contract governed by Federal Acquisition Regulations. The main evaluation criteria for award selection include price, technical capability to meet government requirements, and past performance assessments. Interested parties must be registered in the System for Award Management (SAM) and submit a comprehensive quote including specific documentation, such as a detailed work plan, resumes of key personnel, and past performance references. The document also includes clauses related to liability insurance, payment processes, and contractor performance evaluations. It emphasizes adherence to environmental management standards and includes prohibitions on the use of all-terrain vehicles on park lands. Overall, the solicitation stresses the importance of providing a service that aligns with governmental requirements while ensuring safety and compliance within a national park setting.
Mar 26, 2025, 5:07 PM UTC
The document is a Request for Proposal (RFP) concerning transportation services for the Mariposa Grove at Yosemite National Park. It specifies that the contractor will provide motor charter transportation for the period from April 28, 2025, to April 27, 2026. The proposal includes details such as solicitation numbers, administrative codes, and contact information for the contracting officer. The RFP indicates that it is intended for small businesses with specific acknowledgments regarding socioeconomic classifications, such as Service-Disabled Veteran-Owned Small Business and HUBZone Small Business. The document also outlines payment procedures, solicitation methods, and essential dates, such as the proposal due date of March 26, 2025. It emphasizes compliance with the Federal Acquisition Regulation (FAR) guidelines and highlights the contract's rated order status, requiring adherence to defense allocation systems. Overall, the RFP serves to solicit competitive bids for delivering transport services in a national park setting, emphasizing federal procurement processes and requirements.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Propane Tank Replumbing & Testing at Yosemite NP
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide services for the replumbing, inspection, and testing of an 18,000-gallon above-ground propane tank at Yosemite National Park in California. The project aims to address substandard plumbing and potential leaks in the existing system, requiring contractors to supply necessary materials, including a temporary tank, and to adhere to local and state propane gas codes during the overhaul. This procurement is crucial for maintaining safety and operational standards within the park's infrastructure. Interested parties must submit their quotes by 5:00 PM Pacific Time on May 12, 2025, and direct any questions to Lisa Henson at lisahenson@nps.gov by April 29, 2025.
55--Supply and Delivery of Lumber for Yosemite Nationa
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting quotations for the supply and delivery of lumber and plywood to Yosemite National Park, specifically to aid in rebuilding efforts following damage from recent snowstorms. The procurement aims to secure competitive pricing and timely delivery of various types of lumber, including Douglas Fir and pressure-treated wood, to four designated locations within the park: Mather, Valley, Wawona, and El Portal. This initiative is crucial for restoring park infrastructure and ensuring public safety, with a total small business set-aside to encourage participation from qualified vendors. Interested parties must submit their quotations by April 17, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov or by phone at 206-220-4030.
S--Wastewater Operator Services for Yosemite NP
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide wastewater treatment operator services at Yosemite National Park in California. The procurement aims to maintain three wastewater treatment facilities, ensuring compliance with federal and state regulations while effectively managing wastewater treatment processes over a five-month period from May 18, 2025, to October 18, 2025. This opportunity is critical for sustaining environmental standards in a national park setting, emphasizing the importance of qualified personnel with relevant certifications and experience in wastewater management. Interested offerors must submit their quotes via email by April 23, 2025, at 5:00 PM Pacific Time, and can direct inquiries to Charlene Flanagan at CharleneFlanagan@nps.gov.
Fire Equipment Testing, Maintenance, & Inspection
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide fire equipment testing, maintenance, and inspection services at Yosemite National Park. The procurement aims to ensure compliance with National Fire Protection Association regulations and maintain the operational readiness of critical firefighting equipment, including self-contained breathing apparatuses and hydraulic extrication tools. This opportunity is a total small business set-aside, with a firm fixed price contract to be awarded based on price, project schedule, and past performance. Interested vendors must submit their quotes electronically by 5:00 PM Pacific Time on April 25, 2025, and direct any questions to Mariah Schumacher at mariahschumacher@nps.gov by April 17, 2025.
Hazard Tree Removal ML, Lassen Volcanic NP
Buyer not available
The National Park Service (NPS) is soliciting proposals for a Hazard Tree Removal project at Lassen Volcanic National Park, specifically targeting the Manzanita Lake Campground. The contractor will be responsible for the removal of 84 designated hazard trees that pose risks to park infrastructure, ensuring compliance with safety protocols and environmental guidelines throughout the project. This initiative is crucial for maintaining public safety and preserving cultural resources within the park, with a performance period scheduled from May 1, 2025, to May 22, 2025. Interested small businesses must submit their quotations electronically by the specified deadline, and inquiries should be directed to Brenda Lewis at BrendaLewis@nps.gov or by phone at 206-220-4018.
Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks - 2nd Posting
Buyer not available
The National Park Service (NPS) is seeking proposals for a 10-year concession contract to provide Passenger Ferry Service to the South Core Banks and Shackleford Banks, along with land transportation on the South Core Banks. This opportunity aims to enhance visitor access and experience in these protected areas, which are significant for their natural beauty and recreational offerings. Interested parties must submit their proposals, including a signed transmittal letter, by July 16, 2025, at 3:00 p.m. Eastern Daylight Time, with a site visit scheduled for February 13, 2025, and questions due by February 21, 2025. For further details, potential bidders can contact Bill Stevens at billgstevens@nps.gov or William Gordon at williamgordon@nps.gov.
GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
Buyer not available
The U.S. Department of Agriculture, through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project in the Sierra National Forest, California. The project involves the removal of hazardous trees within a 100-foot buffer around various recreational sites, including campgrounds and trails, to ensure public safety and facilitate future infrastructure improvements following the 2020 Creek Fire. This initiative is part of a broader effort to rehabilitate disaster-affected areas and enhance outdoor recreational access, with an estimated project cost between $500,000 and $1,000,000. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further details, with the solicitation expected to be posted on SAM.gov around February 14, 2025.
SUMMER PORTABLES FOR GOLDEN GATE NATIONAL RECREATI
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids for the rental and servicing of portable toilets and hand wash stations within the Golden Gate National Recreation Area in San Francisco, California. The project aims to enhance public access and sanitation during the summer months by installing portable restrooms at designated locations, including the West Bluff, East Beach Picnic Area, and Great Meadows, ensuring compliance with ADA standards. This initiative is crucial for maintaining public health and improving visitor experience in recreational areas during peak usage periods. Interested small businesses must submit their bids electronically by April 29, 2025, with the contract period running from June 30, 2025, to October 31, 2025. For further inquiries, contact Patty Payne at PattyPayne@nps.gov or call 559-730-6435.
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.
SERVICE BOILERS AT GOLDEN GATE NATIONAL RECREATION
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for a firm fixed-price contract to provide boiler maintenance services at the Golden Gate National Recreation Area in California. The project involves servicing eight boiler units across various buildings, ensuring operational efficiency and safety while preserving the historical integrity of the sites. Contractors must demonstrate relevant experience, possess a valid California C-4 license, and submit proposals by April 30, 2025, with evaluations based on price, experience, and past performance. Interested parties can contact Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435 for further details.