R--West Entrance Fire and EMS Response-Yellowstone NP
ID: 140P1425Q0025Type: Sources Sought
Overview

Buyer

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

NAICS

Emergency and Other Relief Services (624230)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 3:00 PM UTC
Description

The National Park Service (NPS) is seeking contractors to provide emergency operations, including primary structure fire response, emergency medical services (EMS), and rescue operations for remote areas of Yellowstone National Park. The services will support park employees and visitors in designated service areas, primarily located to the east and north of West Yellowstone, MT, and will require contractors to supply all necessary labor, materials, and expertise to meet National Fire Protection Association Standards for staffing and response times. This market research aims to gauge interest and capability among various business types, including large and small businesses, with a small business size standard of $41.5 million under NAICS code 624230. Interested parties must submit a capability statement via email to Colton Nelson at colton_nelson@nps.gov by the specified deadline, including the reference number 140P1425Q0025 in the subject line.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 10:08 PM UTC
The document pertains to a geographic mapping analysis conducted by the Yellowstone Spatial Analysis Center for Yellowstone National Park, covering areas in Wyoming, Montana, and Idaho. Specifically, it details service areas designated for different types of access, including remote and rural demand zones, as well as areas with wheeled access only. The map serves to illustrate the boundaries of Yellowstone Park and delineate administrative and service zones within the park, highlighting areas where public services or infrastructure may be required. This information is likely relevant for federal government requests for proposals (RFPs) and grants aimed at enhancing visitor access and service delivery within the national park setting. The spatial analysis assists in planning and resource allocation to improve park services while ensuring environmental protection and accessibility.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Recycling Services for Yellowstone National Park
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for recycling services at Yellowstone National Park, covering an initial base period from June 15, 2025, to June 14, 2026, with options to extend through June 14, 2030. The contractor will be responsible for the monitoring, collection, transportation, and disposal of recyclables across approximately fifty designated sites within the park, which serves over four million visitors annually. This initiative is crucial for enhancing the park's recycling efforts and ensuring compliance with environmental standards while managing waste effectively in a unique ecological context. Interested small businesses must submit detailed proposals, including project narratives and past performance examples, by following the outlined submission guidelines, and can contact Colton Nelson at coltonnelson@nps.gov or 720-390-0199 for further information.
YELLOWSTONE PURCHASE CONSTRUCTION MATERIAL
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide construction materials for Yellowstone National Park, as outlined in solicitation number 140P1525Q0071. The procurement requires vendors to supply materials either as specified or as comparable "brand name or equal" alternatives, with detailed product descriptions necessary for any substitutions. This initiative is crucial for maintaining and enhancing the park's infrastructure, supporting both environmental conservation and visitor experience. Interested vendors must submit questions by April 10, 2025, and quotes by April 21, 2025, while ensuring compliance with federal regulations and registration in the System for Award Management (SAM). For further inquiries, contact Lindsay McLaughlin at lindsaymclaughlin@nps.gov or by phone at 719-470-8678.
Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are thoroughly inspected, tested, and maintained in compliance with National Fire Protection Association (NFPA) standards, thereby safeguarding public safety and environmental integrity. This contract, which is set aside for small businesses, is expected to be awarded by October 31, 2025, with proposals due between March 20, 2025, and April 14, 2025. Interested vendors should direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719 for further details.
H--Fire Extinguisher Inspection Service
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for Fire Extinguisher Inspection Services at Mount Rushmore National Memorial. The procurement aims to establish a contract for annual inspections, testing, and certification of various fire extinguishers, ensuring compliance with safety standards set by NFPA and OSHA. This initiative is critical for maintaining fire safety and operational readiness at the memorial, which serves as a significant public venue. Interested small businesses must submit their proposals by April 11, 2025, with a total contract ceiling of $45,000 over five ordering periods, and can direct inquiries to Jarrod Brown at jarrodbrown@nps.gov.
YELL PR APPLIANCES FY25
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking bids for the procurement of kitchen and laundry appliances for employee housing at Yellowstone National Park, under the solicitation number 140P1225Q0037. The requirement includes a total of 30 appliances, such as refrigerators, ranges, dishwashers, and washer/dryer combinations, with a focus on brand-name or equivalent products, to enhance living conditions for park employees. This procurement is set aside for small businesses and will be awarded based on the lowest price technically acceptable approach, with the performance period running from April 21, 2025, to June 20, 2025. Interested suppliers must submit their quotes by April 18, 2025, at 5:00 PM MTN, and are encouraged to contact Donald Tremble at donaldtremble@nps.gov or 720-450-1198 for further details.
USDA Forest Service All-Hazard Incident Sources Sought
Buyer not available
The USDA Forest Service is seeking qualified small business contractors to provide support services for all-hazard incident management, including wildfire suppression and hazardous fuels reduction projects. The procurement aims to identify capable firms that can deliver a variety of services such as food provision, heavy equipment rentals, medical services, and waste management, which are essential for protecting life, property, and natural resources during emergencies. This ongoing Sources Sought Notice serves as a market research tool to inform future procurement strategies and does not constitute a Request for Proposal. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov or 720-467-8317 for further information and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
X--RV SPACE RENTALS
Buyer not available
The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with JON & MARYN INVESTMENTS, LLC for the rental of two RV spaces to accommodate BLM-owned mobile homes for temporary quarters for firefighters. This procurement is essential for providing adequate housing during fire response operations, ensuring that personnel have necessary accommodations while on duty. The estimated value of this acquisition is less than $70,000, and it is set aside for small businesses under NAICS code 721211. Interested parties who believe they can meet the requirements are encouraged to contact Traci Thaler at tthaler@blm.gov by April 30, 2025, to express their interest and provide evidence of their capability.
Y--HAVO 326181 Rehabilitate Rainshed & Water Treatmen
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the rainwater catchment and water treatment system at Hawai’i Volcanoes National Park. This Sources Sought Notice aims to gather information from both large and small businesses to inform the development of an acquisition strategy for a project expected to exceed $10 million, which includes enhancements to the rainwater system, demolition and replacement of two buildings, and adherence to protective measures due to cultural and environmental considerations. The construction is projected to last 20 months, with work scheduled year-round to minimize visitor impact, and interested businesses must submit their qualifications, experience, and bonding capacity by April 14, 2025, with the solicitation for proposals anticipated to be issued in Summer 2025. For further inquiries, interested parties can contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
SPRINKLER SYSTEM REPAIR AT NEW RIVER GORGE NATIONA
Buyer not available
The Department of the Interior's National Park Service is seeking qualified contractors to perform sprinkler system repairs at New River Gorge National Park and Preserve in Glen Jean, West Virginia. The project involves the replacement and repair of the fire suppression system, requiring contractors to provide all necessary labor, materials, and supervision while adhering to the International Fire Code and NFPA 13 standards. This initiative is crucial for maintaining safety standards within the park and ensuring the functionality of fire suppression systems. Interested small businesses must submit their quotes electronically to the contracting officer, Deborah Coles, by April 25, 2025, with evaluations based on price and prior performance in similar projects.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation Number 140P2025R0015. The project involves significant construction efforts, including the installation of a new dry-pipe fire suppression system, construction of a new maintenance building, and various utility improvements, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by the specified deadline and can contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.