D--FY25 MORA Dispatch Sources Sought.
ID: DOIPFBO250002Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Investigation and Personal Background Check Services (561611)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)
Timeline
    Description

    The National Park Service, through the Mount Rainier National Park Communication Center (MORACC), is seeking information from small businesses regarding their capabilities to provide after-duty hours emergency dispatch services. The primary objective is to handle incoming 911 calls related to various emergencies within Mount Rainier National Park, including life-threatening situations, medical emergencies, and law enforcement dispatching for NPS personnel. This opportunity is crucial for ensuring effective emergency management and compliance with statutory requirements. Interested contractors must submit a two-page Statement of Capability by October 28, 2024, at 3:00 PM Pacific Standard Time, to Hal Hoversten at hal_hoversten@nps.gov, and should note the Source Sought Notice #DOIPFBO250002 in their email subject line.

    Point(s) of Contact
    Hoversten, Hal
    (360) 569-6542
    (360) 569-6549
    Hal_Hoversten@nps.gov
    Files
    Title
    Posted
    The document DOIPFBO250002 is a Sources Sought Notice issued by the Mount Rainier National Park Communication Center (MORACC) to gather market research information for planning purposes regarding an upcoming potential solicitation. It specifically seeks insights from small businesses, including those designated as 8(a), HUBZone, Indian-Owned, Women-Owned, and Service-Disabled Veteran-Owned. The focus is on providing after-duty hours and emergency dispatch services, including handling 911 calls related to various emergencies within the park. Interested contractors are required to showcase their capabilities through a two-page Statement of Capability, detailing their interest, qualifications, business classification, and suitability for the outlined services. MORACC needs contractors to respond by a specified deadline and indicates that the notice does not constitute a commitment to award a contract or make reimbursements for response costs. The purpose of this notice is to support the government in making informed procurement decisions while ensuring compliance with statutory requirements for emergency management services.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the WA ERFO NPS MORA 2022-1(1) project, which involves repairs at Mount Rainier National Park. The primary objectives of this firm-fixed-price construction contract include bank stabilization using rip rap revetment with large woody debris, grading, drainage, and paving, covering a total project length of 0.18 miles. This project is significant for maintaining the integrity of park infrastructure and ensuring safe access for visitors, with an estimated price range between $700,000 and $2,000,000. Interested parties must respond to this sources sought notice by submitting the required form by October 24, 2024, at 1400 PT, and can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information.
    EU Helicopter Flight Services, Mount Rainier, Olym
    Active
    Interior, Department Of The
    The Department of the Interior is seeking proposals for EU Helicopter Flight Services to support operations at Mount Rainier, Olympic, and North Cascades National Parks. The procurement aims to acquire exclusive use helicopter services for various federal agencies, including the National Park Service, with a focus on project work, fire management, and search and rescue operations. This contract will span a base year with four optional renewal years, ensuring a minimum of 139 days of helicopter availability and a maximum ceiling amount of $7 million for services ordered. Interested vendors should submit their proposals in compliance with federal acquisition regulations, and they can contact Melanie Johnson at melaniejohnson@ibc.doi.gov for further information.
    F--Manure Removal Services
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide manure removal services for five stables housing 30-35 horses in the Washington Metropolitan Area, with the requirement anticipated for fiscal year 2025. The contractor will be responsible for supplying and maintaining dumpsters for manure disposal, ensuring timely service delivery within three business days of request, and adhering to operational procedures outlined in the draft statement of work. This service is crucial for maintaining sanitation and compliance for the Horse Mounted Patrol Unit, reflecting a growing demand as evidenced by the increase in manure dumpster removals in recent years. Interested parties should contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 for further details, and are encouraged to submit their capabilities in response to this sources sought notice, which does not constitute a formal solicitation.
    Amendment No. 1 to the solicitation for proposals for a new concession contract to operate lodging, food and beverage, retail, and other services at Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge within Olympic National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a new twelve-year concession contract to operate lodging, food and beverage, retail, and other services at Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge within Olympic National Park. This contract aims to enhance visitor experiences by providing essential services such as accommodations, dining, and recreational rentals in one of the nation's treasured natural landscapes. Interested parties must submit a "Notice of Intent to Propose" by 12:00 p.m. (Pacific Time) on November 21, 2024, and electronic proposals must be submitted by 12:00 p.m. (Pacific Time) on December 19, 2024, to be considered for the award. For further inquiries, contact Kimberley Gagliolo at kimgagliolo@nps.gov or by phone at 510-914-9815.
    F--Firing Range Maintenance in DC Area
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the maintenance of the United States Park Police Indoor Firing Range located in the Washington, DC area. The procurement involves a non-personnel services contract that includes comprehensive range cleaning, hazardous waste disposal, and compliance with federal and local regulations, with a focus on the removal of lead particles and the maintenance of associated equipment. This contract is crucial for ensuring safety and environmental standards in law enforcement operations and spans one base year with four optional years, emphasizing scheduled cleaning protocols and regular inspections. Interested parties should contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 to express their capabilities and provide necessary information, including their business status and SAM.gov UEI number, as this is a Sources Sought Notice for planning purposes only.
    R--Veterinarian Support Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide veterinarian support services for the U.S. Park Police's equine and animal care needs in fiscal year 2025. The contractor will be responsible for delivering comprehensive medical care, including emergency and preventative services, for 30-35 horses and barn cats located at five stables in the Washington DC Metropolitan area, ensuring their overall health and maintaining medical records. This procurement is critical to support the Horse Mounted Patrol's law enforcement mission within the National Park System. Interested parties are encouraged to respond to this Sources Sought Notice by providing their business information and capabilities to Michelle Shoshone at michelleshoshone@nps.gov or by phone at 202-578-9322, noting that this notice does not constitute a formal solicitation and no proposals will be accepted at this time.
    SEKI 342662 Demolish Ranger Station, Sequoia & Kin
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the demolition of the Ranger Station at Sequoia & Kings Canyon National Parks in California, under solicitation number 140P2025Q0001. The project aims to safely remove the structure, including any hazardous materials, and restore the site for future use, emphasizing compliance with safety and environmental regulations. This initiative reflects the government's commitment to maintaining public health standards and ecological integrity within national parks. Interested contractors, particularly small businesses, must submit their proposals by the specified deadline, and for further inquiries, they can contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
    USDA Forest Service All-Hazard Incident Sources Sought
    Active
    Agriculture, Department Of
    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.
    CC-NAMAXXX-26 Concession Business Opportunity to provide Interpretive Transportation Services at National Mall and Memorial Parks, located in Washington, DC.
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for up to three Concessions Contracts to provide year-round interpretive transportation services at the National Mall and Memorial Parks in Washington, DC. Offerors are required to develop a hop-on and hop-off tour route that includes a minimum of 11 designated stops, such as the Washington Monument and the Lincoln Memorial, while also potentially offering additional interpretive transportation routes within the park boundaries. This opportunity is significant as it supports the visitor experience at one of the nation's most iconic parklands, which attracts thousands of visitors daily. Interested parties must notify the National Capital Region Concessions Program Manager, Jason Freeze, by December 27, 2024, and submit their proposals by January 10, 2025, to be considered for this contract.
    T--BWC, Tasers, DEM Solution & Support
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking information from qualified firms regarding the procurement of body-worn cameras, electronic control devices (tasers), in-vehicle cameras, and digital evidence management systems for law enforcement applications. The objective is to gather insights on the capabilities of potential suppliers to meet these requirements, which are crucial for enhancing law enforcement operations and ensuring compliance with standards such as FEDRAMP for cloud-based solutions. Interested parties, including both large and small businesses across various socioeconomic categories, are encouraged to respond to the Request for Information (RFI) by providing detailed specifications and anticipated costs for outfitting 500 officers. For further inquiries, Michelle Shoshone can be contacted at michelleshoshone@nps.gov or by phone at 202-578-9322. This notice is for information and planning purposes only and does not constitute a commitment to issue a formal solicitation.