R--EMS, Fire, and Limited Rescue Services for YELL
ID: 140P1425Q0025Type: Special Notice
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
    Description

    The Department of the Interior, specifically the National Park Service, intends to award a sole source contract for Emergency Medical Services (EMS), Fire, and Limited Rescue Services for the West Entrance Area of Yellowstone National Park (YELL) to the County of Gallatin, Montana. The contract will encompass a range of emergency operations, including fire suppression, search and rescue, and medical response, requiring the service provider to maintain a Type 1 fire engine and an Advanced Life Support Ground Ambulance available 24/7 within a specified proximity to the park. This procurement is critical for ensuring public safety and effective emergency response in a high-traffic area of the park, with the contract classified under NAICS code 624230 and a small business size standard of $41.5 million. Interested firms with the capability to fulfill these requirements may contact Colton Nelson at colton_nelson@nps.gov or 720-390-0199 for further information, as this is a sole source notice and not a request for quotations.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    The document outlines a spatial analysis produced by the Yellowstone Spatial Analysis Center, focusing on the service areas in and around Yellowstone National Park, located in Wyoming, Montana, and Idaho. It maps various demand zones, categorizing them into remote and rural areas, including regions accessible only by wheeled vehicles. The presentation includes specific boundaries of the Yellowstone Park, extending geographic context for federal grant opportunities or RFPs related to project developments in the park. Furthermore, the document indicates administrative areas like the West Entrance and provides essential geographic references for stakeholders interested in accessing or managing resources within the park. This analysis serves to inform potential proposals and partnerships regarding ecological or infrastructural improvements within Yellowstone National Park.
    Lifecycle
    Similar Opportunities
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    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.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    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.
    F--Special Notice of Intent to Sole Source Award - Emergency Tree Removal
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for emergency tree removal services to Zorza, Inc. This contract aims to address the urgent need for the removal of dead, damaged, and structurally compromised trees that pose a direct threat to public safety and critical infrastructure on USFWS property. The selected contractor, Zorza, Inc., has been chosen due to their proven ability to respond quickly to emergencies and their familiarity with the site, ensuring that the hazardous trees are removed promptly to mitigate risks. Interested parties may submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, but this notice does not constitute a solicitation, and any associated costs for submissions will not be reimbursed by the government.
    USDA Forest Service Wildfire & All-Hazard Incident Sources Sought
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide various services related to wildfire and all-hazard incident management. The procurement aims to identify firms capable of fulfilling needs such as food services, medical services, heavy equipment rentals, and sanitation, among others, to support the agency's mission of protecting communities and natural resources during incidents. These services are critical for managing both natural and manmade events that threaten public safety and environmental health. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov for further information and are encouraged to register in the System for Award Management (SAM) to be eligible for future opportunities.
    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.
    BFSU Utility - Electricity Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to Glacier Electric for the provision of electricity services to the Blackfeet Service Unit in Browning, Montana. The contract, valued at $245,000, will cover essential electrical services for medical facilities and government housing, ensuring reliable power supply to support local health and welfare needs. This procurement reflects the federal government's commitment to enhancing healthcare infrastructure on the Blackfeet Reservation, with the contract duration set from January 1, 2025, to December 31, 2025. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov within 7 days of this notice.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.