K--THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND NOT A COMPETITIV
ID: 140P1425Q0043Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR NORTHERN ROCKIES(12200)YELWSTN NL PK, WY, 82190, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

MODIFICATION OF EQUIPMENT- COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT (K058)
Timeline
    Description

    The National Park Service (NPS) intends to issue a Sole Source contract for the repair and refurbishment of radio collars used for tracking mule deer and bighorn sheep at the Yellowstone Center for Resources in Yellowstone National Park, Wyoming. This procurement aims to maintain critical wildlife monitoring equipment, specifically the Model Number TGW-4577 radio collars, which are essential for tracking animal movements. The contract will be executed under FAR 13.106-1(b) as a commercial acquisition utilizing simplified procedures, classified under NAICS 334220, with a small business size standard of 1,250 employees. Interested firms that believe they can fulfill the service requirements are encouraged to contact Contract Specialist Barbara Glen at barbara_glen@nps.gov or 303-345-1131 for further information, as no solicitation document is available and this notice does not constitute a request for quotations.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) plans to issue a Sole Source contract to repair and refurbish radio collars used for tracking mule deer and bighorn sheep at the Yellowstone Center for Resources in Yellowstone National Park, Wyoming. This contract, falling under FAR 13.106-1(b), will be a commercial acquisition utilizing simplified procedures classified under NAICS 334220, with a small business size standard of 1,250 employees. The notice emphasizes that this is not a request for quotations, and thus no solicitation document is available. Firms believing they can meet the service requirements can contact the Contract Specialist, Barbara Glen, for more information. The government will make a determination regarding competition for this order based on the responses received, supporting a non-competitive acquisition strategy if deemed necessary. Overall, this notice highlights the NPS's intent to maintain critical wildlife monitoring equipment through a direct award process.
    Lifecycle
    Similar Opportunities
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for Passive Integrated Transponder (PIT) tags and associated equipment, including readers, implanters, antenna systems, and software. This procurement aims to support the tracking of animals, primarily fish, which is essential for research and monitoring within the Department. The anticipated contract will be a five-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a Partial Small Business Set-Aside for specific CLINs, allowing for awards to up to two large businesses and three small businesses. Interested parties should monitor www.SAM.gov for the official solicitation expected in January 2026, and may contact Russell Oaks at rdoaks@usbr.gov or 801-524-3825 for further information.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Garmin International, Inc. for the provision of annual subscriptions to aircraft navigation databases essential for the safety and operational efficiency of its fleet aircraft. This procurement is necessary to ensure continued access to critical navigation databases that enhance pilot situational awareness, navigation, and obstacle avoidance, which are vital for safe flight operations. The contract will be firm-fixed price and is expected to be awarded under the authority of FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, but no telephone inquiries will be accepted.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Passive Integrated Transponders (PIT) Tags and associated equipment. This procurement aims to replace the previous solicitation with a new one identified as 140R4026R0003, which will facilitate the acquisition of essential tracking and monitoring technology used in various environmental and wildlife management applications. The PIT tags and equipment are crucial for ensuring effective data collection and management in ecological studies and resource conservation efforts. Interested parties can reach out to Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825 for further details regarding this opportunity.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project entails removing existing cameras and wiring, and installing 40 NDAA-compliant security cameras, mounts, weatherproof housings, and associated network equipment, with optional installations at two visitor centers. This procurement is a small business set-aside with an estimated contract value between $100,000 and $250,000, and the performance period is expected to last 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and a site visit is scheduled for December 18, 2025.
    Q--Notice intent to Sole Source - WILDLIFE DISEASE
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, intends to award a sole source contract to the University of Georgia for wildlife disease diagnostics and related investigations over a five-year period. This contract is crucial as the University of Georgia's Southeastern Cooperative Wildlife Disease Study (SCWDS) offers unique expertise and comprehensive services that are not replicated by any other institution in the southeastern United States, making it essential for supporting state and federal wildlife agencies. Interested parties who disagree with this sole source determination may submit their capabilities for consideration, with responses due by 10:00 AM Pacific Time on December 23, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    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 a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.