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 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
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.
Apr 8, 2025, 9:06 PM UTC
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
Title
Type
Special Notice
Sources Sought
Similar Opportunities
56--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 under solicitation number 140P1525Q0071. The procurement includes a range of materials, specifically roofing supplies and cedar products, with options for "brand name or equal" alternatives, requiring detailed product specifications for any substitutions. This initiative is crucial for maintaining and enhancing the park's infrastructure, ensuring compliance with federal standards while supporting small business participation. Interested vendors must submit their quotes by April 28, 2025, and direct any questions to Lindsay McLaughlin at lindsaymclaughlin@nps.gov by April 10, 2025.
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 NP Wastewater Groundwater Monitoring
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for groundwater monitoring services at Yellowstone National Park, specifically near its wastewater treatment plants. The project involves annual monitoring of groundwater and surface water at multiple sites, including Fishing Bridge, Grant Village, Old Faithful, and Madison, with a focus on assessing the impact of wastewater treatment on local water quality. This contract, set aside for small businesses, requires the contractor to monitor 58 well and surface water sites between August 1 and September 30, 2025, with a final report due by February 15, 2026. Interested vendors must submit their proposals, including project narratives and past performance examples, by the specified deadlines, and can direct inquiries to Molly Lynam at MollyLynam@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.
J--Repair of Fire Suppression at Yosemite Residences
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor to perform repairs on the fire suppression systems at residences within Yosemite National Park. The project involves a firm fixed-price contract to address deficiencies identified during annual testing, including reconfiguring sprinkler layouts and replacing specific sprinkler heads, while ensuring compliance with National Fire Protection Association standards. This procurement is crucial for maintaining safety and compliance in park facilities, with an estimated construction magnitude between $100,000 and $250,000. Interested small businesses must have an active SAM registration and are encouraged to direct inquiries to Timothy Modjeski at Modjeski, Timothy, via email at TimModjeski@nps.gov or by phone at 303-819-9916. The RFQ is expected to be available electronically on or around May 5, 2025, with proposals due 30 days after issuance.
H--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 operational and compliant with National Fire Protection Association standards, thereby enhancing public safety and emergency preparedness within these facilities. This contract, which is set aside for small businesses, will span until October 31, 2025, and includes provisions for annual inspections, immediate reporting of deficiencies, and coordination with monitoring services. Interested vendors must submit their proposals by April 24, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
V225--Unrestricted - GROUND AMBULANCE STATE OF MONTANA POP 5/15/2025 - 5/14/2026
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide ground ambulance services in the state of Montana for the period from May 15, 2025, to May 14, 2026. The contract will cover a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT/SCT), ensuring 24/7 availability to serve over 48,000 veterans across a vast area. This procurement is critical for maintaining high-quality healthcare transportation for veterans, emphasizing compliance with federal, state, and local regulations, as well as stringent operational standards. Interested parties must submit their proposals by May 6, 2025, and can direct inquiries to Contract Specialist Christine Jarvis at christine.jarvis@va.gov or by phone at 303-712-5784.
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.
Fire Suppression System Repairs, Congaree
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for fire suppression system repairs at Congaree National Park in South Carolina. The project involves repairing and replacing the fire pump and diesel engine to comply with national and local codes, and it is set aside for Indian Small Business Economic Enterprises (ISBEE). This procurement is crucial for maintaining safety standards within the park, ensuring effective fire protection measures are in place. Interested contractors should note that the estimated project value ranges from $100,000 to $250,000, with a performance period from June 2, 2025, to December 1, 2025. For inquiries, potential bidders can contact Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743.
J--SHEN - Fire Extinguisher Inspections and Service
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting bids for fire extinguisher inspection and maintenance services at Shenandoah National Park (SHEN). The procurement aims to ensure compliance with fire safety standards by providing necessary inspections and maintenance for fire extinguishers, which are critical for emergency preparedness in national parks. This opportunity is designated as a total small business set-aside under NAICS code 811310, with a project duration from June 1, 2025, to May 31, 2026, and a deadline for quotes extended to April 23, 2025, at 12 PM EDT. Interested vendors should contact Eric Hubbell at erichubbell@nps.gov or call 484-269-7159 for further details and must be registered in the System for Award Management to participate.