S--CHOH ONPS FY25-30 TOILET PUMPING
ID: 140P2125Q0074Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Septic Tank and Related Services (562991)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)
Timeline
    Description

    The National Park Service, under the Department of the Interior, is soliciting proposals for toilet pumping services at the Chesapeake and Ohio Canal National Historical Park (CHOH) for fiscal years 2025 to 2030. The contract encompasses the cleaning, servicing, and pumping of 66 portable toilets, 19 rental portable toilets, and 28 CXT vault toilet buildings across three geographic sections of the park—Eastern, Central, and Western—ensuring sanitary facilities for over five million annual visitors. This initiative is crucial for maintaining the park's operational standards and visitor experience, reflecting the importance of hygiene in recreational areas. Interested contractors must submit their proposals by June 2, 2025, and can direct inquiries to Heather Madsen at Heather_Madsen@nps.gov or (202) 354-3978.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. General Services Administration's CAAC Letter 2025-02 Supplement 1, issued February 18, 2025, provides guidance for civilian agencies to implement a class deviation from the Federal Acquisition Regulation (FAR). This deviation aligns with Executive Orders 14148 and 14208, which revoke previous directives on federal sustainability and the forced use of paper straws. The supplement clarifies changes to references and titles, directs agencies to eliminate policies disfavoring plastic straws, and outlines revised definitions and procedures in FAR parts 2, 11, 18, 23, and 37. It specifies the removal of certain provisions and clauses from new solicitations and contracts, while introducing new, modified clauses related to sustainable products, biobased products, and waste reduction. Agencies are advised to amend open solicitations, determine compliance methods for existing contracts, and consult legal counsel for agency-specific FAR deviations. The document also addresses reporting requirements in the System for Award Management (SAM) regarding greenhouse gas emissions, noting that while SAM may still require certain representations, agencies should not consider or use them. The overall purpose is to streamline procurement processes in line with the new executive orders, emphasizing statutory purchasing programs for sustainable products and services.
    The document outlines a government file, likely an RFP or grant, detailing various sections and their corresponding page numbers. It appears to be a table of contents or an index for a comprehensive government document. Key sections include general information, specific requirements, terms and conditions, and administrative details. The numbering scheme suggests a structured organization, with sections covering aspects such as 'Statement of Work,' 'Pricing,' 'Deliverables,' and 'Reporting.' The repeated format '777777777777777777777777777777777777777777777777777777777777777777777777777777777777' indicates page separators or section breaks. The presence of numerous sub-sections points to a highly detailed and organized structure, typical of federal government RFPs, federal grants, or state and local RFPs, which require precise outlining of all components for clarity and compliance.
    The document outlines a government Request for Proposal (RFP) for portable toilet services across three regions: Central, Eastern, and Western. The proposed services include the cleaning, servicing, and pumping of portable toilets and concrete vault toilets on specified schedules, both during the peak season and off-season. Key services include twice-weekly cleaning for 20 portable toilets in the Central area, weekly servicing for other toilets, and off-season requirements for bi-weekly cleaning. The pricing structure accommodates four option periods, allowing for potential contract renewals over time, in alignment with FAR 52.217-8 which provides the government with the option to extend services for up to six months as needed. Each period is detailed with the quantity of units, service frequency, and cost breakdown, although the specific monetary values are not included in the excerpt. The structure allows for adjustments based on prevailing labor rates as mandated by the Secretary of Labor. Overall, this RFP emphasizes continued sanitary services, focusing on operational efficiency and regulatory compliance.
    The Chesapeake and Ohio Canal National Historical Park (CHOH) has released a Performance Work Statement for toilet pumping services from fiscal years 2025 to 2030. This contract solicits bids for the comprehensive cleaning, servicing, and pumping of portable and vault toilets across three geographic sections of the park—Eastern, Central, and Western. The contractor is tasked with maintaining hygiene for park facilities utilized by over five million visitors annually. Key requirements include the maintenance of 66 portable toilets and 28 vault toilet buildings, with service schedules varying by season and type. To fulfill these requirements, contractors must provide all necessary labor, equipment, and transportation, adhering to safety and environmental regulations, including compliance with the CHOH Superintendent’s Compendium. An on-site supervisor fluent in English is mandated to oversee operations, and contractors are accountable for any damage to government property. The document outlines explicit service procedures, quality assurance mechanisms, invoicing protocols, and working hours, ensuring accountability and transparency throughout the contract's performance period. Overall, this initiative reflects a commitment to maintaining a clean and accessible park environment while promoting high service standards.
    The document pertains to the solicitation 140P2125Q0074 for Toilet Pumping Services at the Chesapeake and Ohio Canal National Historical Park (CHOH) for the period FY25 to FY30. Key points include confirmation that water will not be provided by the government, as only hand pumps are available for refilling. The provided locations for toilet pumping services in the Performance Work Statement (PWS) seem inaccurate, prompting requests for clarification on the number of vaults to be serviced. Site visits are encouraged, given the park's extensive area of 184.5 square miles. A flexible pumping schedule is permitted, ideally twice weekly on Mondays and Fridays, although other arrangements are acceptable as long as they do not conflict with high visitor volume periods. The government refrained from disclosing current contract pricing due to confidentiality but referred to existing service contracts 140P3024P0082 and 140P3024P0083 for further reference. Overall, this RFP focuses on ensuring maintenance services are effectively contracted while addressing specific operational questions from potential contractors regarding service logistics and contract details.
    The document outlines various infrastructure assets and projects within a specific federal and local jurisdiction, primarily focusing on the management of waterways and recreational areas. It lists key assets such as dams, culverts, wells, footbridges, and campground facilities, along with their locations and corresponding identification numbers. Each entry provides a succinct reference to specific projects, including maintenance or development tasks related to these assets. The data reflects the ongoing commitment to maintaining and enhancing water resources and recreational pathways, which may be relevant for federal grants, Requests for Proposals (RFPs), and state and local funding efforts. The information is structured in a straightforward list format, easily identifiable for stakeholders involved in infrastructure development and environmental stewardship. Overall, the document serves as a foundation for prioritizing maintenance and development planning in alignment with broader governmental objectives.
    The C&O Canal National Historical Park is seeking bids for toilet pumping services for the years FY25-30. The contract covers cleaning, servicing, and pumping of various toilet types across three sections: Eastern, Central, and Western. Specifically, the contractor must manage 66 portable toilets, 19 rental portable toilets, and 28 CXT vault toilet buildings, with varying service frequencies depending on location and season. Key tasks include trash removal, cleaning, restocking supplies, and maintaining service logs. The performance contract mandates the contractor to provide all necessary labor, materials, and supervision, comply with NPS guidelines, and take full responsibility for government property. It also outlines strict requirements for on-site supervision, employee conduct, safety standards, and site maintenance. Services are to occur between May 22, 2025, and May 21, 2030, with a structured payment process requiring invoicing through specific government portals. This procurement effort ensures clean facilities for over five million annual visitors, reflecting the park's commitment to public health and safety.
    The document addresses updates resulting from Executive Order 14148, which rescinds Executive Order 14057 related to federal sustainability and emphasizes sustainable procurement guidelines as established by the Federal Acquisition Regulations (FAR) system. It includes definitions of sustainable and biobased products, citing mandates from federal authorities like the EPA and the USDA for prudent purchasing practices. Agencies are required to prioritize sustainable products, ensuring compliance with relevant statutes and directives in contract actions while also facilitating procedures for contracting officers to determine when sustainable options may be impractical. Key regulations mandate that contracting officers procure sustainable products and services, detailed in various subparts. This includes promoting energy-efficient, water-efficient, and biobased products. Exceptions and exemptions are specified for situations where such procurement is impractical or when national security is at stake. The document also highlights the importance of environmental policies related to greenhouse gas emissions and waste reduction, encouraging compliance with statutory purchasing programs. Overall, it illustrates a commitment to improving environmental quality through responsible government spending and procurement strategies. Each section delineates specific regulations, definitions, and actions required from federal entities to align with sustainability objectives.
    The document outlines various infrastructure elements surrounding the Great Falls area, including bridges, culverts, wells, and trails, each identified by specific locations and codes. The listed features include significant sites such as vehicle bridges at Lock 23 and Edwards Ferry, several culverts with their respective identifiers, and maintenance facilities like the Great Falls Maintenance Shop. Additionally, the document mentions recreational areas such as the Billy Goat Trail and Lockhouse sites, indicating a comprehensive inventory of the region's waterways and pathways. This structured listing reflects ongoing or potential government projects aimed at maintaining and improving transportation and recreation in the area. The information is essential for assessing infrastructural needs and opportunities for federal and state funding through RFPs and grants, highlighting the importance of such assets for community access and environmental management. Overall, the document serves as a resource for planners and decision-makers in the context of improving infrastructure and maintaining ecological balance in the region.
    The document outlines restroom accessibilities and infrastructure details across multiple locks along the C&O Canal in Maryland. It specifies locations for standard and handicap-accessible toilets at seven different sites, including Lock 5, Lock 8, Marsden Tract, Swains Lock, Pennyfield, Violettes Lock, and Seneca Aqueduct/Riley's Lock. Essential instructions, like access routes, parking details, and key codes for locked gates, are provided for each location. Specific points of concern are noted, such as traffic restrictions for accessing Lock 5 and required reports for maintenance issues on the towpath. The information aims to facilitate visitor accessibility and convenience while ensuring compliance with safety and functional standards for public facilities along the canal path. This document is likely part of a broader initiative to secure federal or state funding and grants for public infrastructure improvements and maintenance of recreational areas.
    The document details a Past Performance Questionnaire for evaluating consultants involved in government projects. It requires consultants to provide identification information, including company name, project type, performance period, and cost details, both initial and final. The evaluator assesses the consultant's performance using a rating scale from "Outstanding" to "Unacceptable" across various characteristics. These characteristics include technical performance, ability to meet project schedules, and overall management effectiveness. The form allows for additional comments on the consultant’s performance, providing a structured way for evaluators to comprehend an applicant’s past work, efficacy, and ability to resolve problems. This questionnaire is vital for federal government RFPs, grants, and local contracts, as it ensures that selected consultants have demonstrated a history of satisfactory performance, which is crucial for future project success and accountability in public spending. The emphasis remains on objectivity and detail in evaluating past performance to guide award decisions effectively.
    The document is an amendment to solicitation 140P2125Q0074, primarily focused on contract modifications pertinent to the Department of the Interior’s National Park Service. It outlines the process for contractors to acknowledge receipt of this amendment, either by including it in their submissions or via separate communication. Major changes include the incorporation of responses to B09 Questions and a revised Performance Work Statement for toilet pumping services. The amendment clarifies that all other terms remain unchanged and requires contractors to provide necessary resources and personnel for the execution of defined tasks. The document emphasizes the importance of timely acknowledgment to prevent rejection of offers and adheres to federal regulations governing contract modifications. Overall, this amendment reinforces contract management protocols while ensuring service continuity for essential operations.
    The document outlines Amendment 0002 for solicitation number 140P2125Q0074. The primary purpose of this amendment is to revise the quantity of portable toilet services required in a western park section, reducing the number from 560 to 525, leading to 34 fewer service occurrences. Additionally, the deadline for proposals has been extended from May 24, 2025, to June 2, 2025, at 12:00 PM Eastern Daylight Time. Offerors must acknowledge receipt of the amendment to maintain compliance, and any changes to submitted offers must reference this amendment. The attachment of the B08 Bid Schedule is mandated for completion and submission via email to the designated contracting officer by the newly established date. Overall, all other terms and conditions remain unchanged and in effect. This amendment is crucial for aligning contractor capabilities with specific service requirements ahead of the proposal submission deadline, reflecting standard procedures in federal contracting processes.
    Amendment 0003 for solicitation 140P2125Q0074 details significant changes. The government reserves the right to evaluate the FAR 52.217-8 option to extend services for up to six months, adding potential costs to the total evaluated price. The document clarifies that while the System for Award Management (SAM) may show certain representations, agencies will not consider or use them if not included in the solicitation. It incorporates several FAR provisions and clauses, including 52.217-5 (Evaluation of Options), 52.219-14 (Limitations on Subcontracting), 52.229-11 (Tax on Certain Foreign Procurements—Notice and Representation), and 52.229-12 (Tax on Certain Foreign Procurements). Updated wage determinations for Allegany, Frederick, Montgomery, and Washington Counties in Maryland are included. Evaluation criteria for the acquisition are clarified, with a focus on Waste Management (including a sub-factor for Technical Approach & Management Plan), Past Performance (green toilet pumping services), Previous Experience (green janitorial services), and Staffing Plan (green certifications/environmental training). The acquisition will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. The solicitation was reclassified from a Request for Quote to a Request for Proposal. Finally, it includes FAR 52.212-3 (Offeror Representations and Certifications—Commercial Products and Commercial Services), detailing requirements for SAM completion or manual submission of representations related to business size, equal opportunity, payments to influence federal transactions, Buy American acts, and other certifications.
    The document is a Request for Quotations (RFQ) for toilet pumping services at the C&O Canal National Historical Park, issued by the National Park Service (NPS). The contract encompasses a Base Year plus four option periods spanning from fiscal year 2025 to 2030. The services include the cleaning, servicing, and pumping of portable and vault toilets across the park's Eastern, Central, and Western regions, adhering to federal and state regulations for waste management. The project emphasizes sustainability, requiring contractors to demonstrate technical capability and past performance in providing environmentally-friendly services. Bidders must submit a technical and price proposal, including a staffing plan that considers green certifications for personnel. The solicitation is set aside for small businesses, with specific evaluation criteria focusing on price, past performance, and technical capability. Additional resources, including maps and wage determinations, are provided as attachments for contractors. Questions concerning the RFQ should be directed to Heather Madsen, with a submission deadline set for May 24, 2025. The overall goal is to ensure efficient logistical management of waste while promoting eco-friendly practices during the operation.
    The document is composed of fragmented data, devoid of coherent description or structure, and appears to be corrupted or improperly formatted, making it challenging to extract any meaningful content. It lacks a clear subject, and prominent elements such as titles, sections, or keywords that would typically indicate an agenda or specific focus in government RFPs, federal grants, and state/local RFPs are absent. The disjointed nature implies that information regarding potential funding opportunities, proposals, or project outlines meant for solicitation in various governmental capacities may be present, though obscured by the garbled text. Consequently, the document does not provide any actionable insights or a comprehensive understanding of any project or regulatory matter significant to stakeholders in governmental requests or grants. It requires significant reconstruction or remediation to yield usable data or insights.
    The document outlines a federal request for proposals (RFP) and grant opportunities related to environmental sustainability initiatives. Its main purpose is to solicit proposals from qualified organizations focused on innovative solutions that promote energy efficiency and support climate resilience measures. Key topics include the promotion of renewable energy technologies, enhancement of waste management practices, and improvements in water conservation strategies. Additionally, it highlights the importance of collaborations between federal, state, and local agencies to implement effective solutions that engage communities while adhering to environmental regulations and guidelines. The document emphasizes the necessity for applicants to demonstrate measurable impacts, sustainability, and scalability of proposed projects. Central to the evaluation criteria is the organization's experience, capacity to implement projects successfully, and the ability to leverage additional funding sources or partnerships. This RFP serves as a vital mechanism for driving eco-friendly initiatives while ensuring accountability and transparency in the distribution of public funds, reflecting the government's commitment to addressing climate-related challenges through actionable partnerships.
    The document appears to be a complex and corrupted data file, likely related to government RFPs (Requests for Proposals), grants, and local state initiatives. It lacks coherent narrative content and consists of unintelligible characters and formatting artifacts, which prevent a clear extraction of topics, key ideas, and structural elements. Due to its corrupted state, it is not possible to ascertain specific projects, objectives, or funding details typically associated with government RFPs or grants. Under normal circumstances, such documents might outline objectives for funding opportunities, eligibility criteria for applicants, detailed requirements for proposals, and timelines for submission and evaluation. However, without decipherable information, no comprehensive summary of key points or central ideas can be presented. In summary, this document is not suitable for analysis or summarization due to its unreadable format, which hinders any attempt to identify and present relevant content related to federal or state RFPs and grants. Further verification and reformatting may be necessary for meaningful interpretation.
    The document outlines various government-related procedures and guidelines associated with Requests for Proposals (RFPs) and grants at federal, state, and local levels. It emphasizes the importance of compliance with regulations and standards, showcasing a commitment to transparency, accountability, and effective resource management. The guidelines are structured to facilitate the submission and evaluation of proposals, ensuring that applicants understand the requirements for funding and project execution. Key points include the specific criteria for evaluating proposals, the importance of thorough documentation, and the provision of support resources for applicants. The overarching goal is to efficiently allocate public funds while fostering innovation and collaboration among different entities involved in government projects. This framework plays a vital role in promoting public trust and ensuring the success of funded initiatives.
    The document outlines various maintenance and construction projects associated with the Chesapeake & Ohio Canal National Historical Park (CHOH), focusing on specific infrastructural components such as footbridges, locks, culverts, and ramps along the canal system. Each project is identified by its unique feature, location coordinates, and associated identification numbers. Key initiatives include the restoration of footbridges near Locks 58, 59, and 63, and culverts critical for water management. The document also references several parking improvements and historic sites, emphasizing the preservation of both infrastructure and cultural heritage. These projects demonstrate the government's efforts to maintain and enhance recreational access to the canal, supporting local and national preservation initiatives. The detailed listing serves as a resource for potential applicants interested in federal and state grants or proposals related to the canal's infrastructure improvements and historical maintenance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    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.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    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.