F--NPS-ORCA - Mechanical Thinning & Chipping
ID: 140PS124R0023Type: Combined Synopsis/Solicitation
Overview

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- TREE THINNING (F014)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Park Service (NPS) is seeking qualified contractors for a mechanical thinning and chipping project at the Oregon Caves National Monument and Preserve, focusing on fuels reduction and vegetation management along the Escape Route and Upper Roads. The project aims to reduce wildfire risks by managing approximately 318 acres of small-diameter live and dead trees, with an emphasis on environmental protection and adherence to safety protocols. This initiative is crucial for maintaining ecological health and public safety within the park, with a total project budget expected to be below $500,000. Interested small businesses must submit their proposals by September 18, 2024, and can direct inquiries to Brian McCabe at brian_mccabe@nps.gov or by phone at 202-339-7772.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 0002 for a government procurement related to fuels reduction and vegetation management at the Oregon Caves National Monument. Its primary purpose is to update the schedule, statement of work (SOW), and evaluation criteria for contractors engaged in reducing wildfire risks along vital egress routes within the park. The project encompasses removing and managing specific live and dead trees along designated roads, emphasizing adherence to performance standards respectful of natural and cultural resources. Key details include contractor responsibilities for equipment and safety, specific performance timelines, operational periods, and environmental protection measures. The document mandates rigorous safety protocols, including compliance with OSHA regulations, maintaining proper personal protective equipment (PPE), and employing best management practices for fire control. Additionally, the text emphasizes the importance of preserving existing ecosystems and archaeological resources during operations while detailing penalties for non-compliance with environmental safeguards. It highlights the project’s commitment to enhancing public safety and ecological stewardship, aligning with the National Park Service's overarching goals of resource conservation and responsible land management. This initiative reflects federal efforts to mitigate wildfire dangers through structured contracting processes and environmental care.
    The document outlines a Request for Proposal (RFP) for the National Park Service (NPS) regarding fuels reduction and vegetation management at Oregon Caves National Monument. The project aims to mechanically reduce fuel loads along the Escape Route and Upper Roads within the park boundaries to mitigate wildfire intensity. The contractor is responsible for cutting small-diameter live and dead trees while following specified thinning prescriptions and maintaining environmental protections. Key components include the performance schedule, safety protocols, and compliance with federal labor laws. The project encompasses approximately 318 acres and may include an option for an additional 30 acres, contingent upon funding. The work is structured to begin after tree marking by NPS staff and must be completed by February 28, 2027, with specified operational periods dictated by seasonal conditions. Contractors are required to adhere to strict safety measures, including daily safety meetings, protective equipment for employees, and protocols for fire prevention. The RFP emphasizes minimizing resource damage and protecting cultural and environmental integrity. This initiative reflects the NPS’s commitment to maintaining public safety and ecological health while ensuring compliance with federal regulations outlined in the document.
    The document outlines proposed road work at Oregon Caves National Monument and Preserve, managed by the National Park Service. The plan includes cutting and piling material along two roads: a section of 960 Road covering 138 acres and the Upper Road (NFD 070) spanning 181 acres. This road work aims to enhance the area’s accessibility and ecological management. The highlighted sections on a map indicate where the road work will take place, with the data produced by CRLA in February 2023. The project's main purpose is to maintain park infrastructure while adhering to environmental regulations necessary for preserving the natural landscape. Overall, the file serves as a technical reference for potential contractors and stakeholders regarding the proposed enhancements at this protected site.
    The document presents the Wage Determination No. 1977-0079 issued by the U.S. Department of Labor under the Service Contract Act. It outlines minimum wage rates effective in 2024 based on specific Executive Orders, namely Executive Order 14026 and Executive Order 13658, which establish minimum wage requirements for federal contractors. The document specifically addresses contracts involving Forestry and Logging Services in Oregon, detailing occupation codes and corresponding wage rates for various positions such as Forestry Equipment Operators and Fire Lookouts. It also indicates fringe benefits, including health and welfare provisions, vacation, holidays, and uniform allowances. In addition, the document stipulates the requirements for paid sick leave under Executive Order 13706 for contracts awarded post-January 1, 2017. The regulations emphasize that any unlisted classifications require a conformance process to ensure equitable wage rates and benefits compared to listed occupations. This wage determination is significant for compliance by contractors in fulfilling their legal obligations regarding employee compensation and benefits under government contracts.
    The document pertains to solicitation number 140PS124R0023, which outlines requirements for compliance with subcontracting limitations on contracts designated for small businesses, specifically under the FAR clause 52.219-14 (OCT 2022). It mandates that prime contractors must not pay more than 50% of the government contract price to Non-Similarly Situated Subcontractors (NSS) for services and 85% for general construction. The intention is to ensure a significant portion of the contract work is performed by small businesses that qualify under the same socio-economic status as the prime contractor. The financial analysis section contains placeholders for amounts paid to both Similarly Situated Subcontractors (SSS) and NSS, indicating that the total amounts are currently $0. This report is submitted with project proposals to demonstrate adherence to the limitations set forth. The excerpts highlight the definitions of SSS and NSS, emphasizing the necessity for compliance to ensure equitable opportunities for small businesses. The inclusion of this report is crucial for fulfilling government policy aimed at supporting small business participation in federal contracts.
    The government solicitation 140PS124R0023 outlines a request for proposals concerning fuels reduction and vegetation management at Oregon Caves National Monument and Preserve. The proposal submission package includes explicit instructions for preparing technical proposals, which must demonstrate an understanding of project requirements through various components. Key sections include Technical Capability, Relevant Experience Questionnaire, Equipment listings, Fire Suppression and Liability Requirements, Safety Plan, Biobased Certification, Subcontracting Compliance Worksheet, and Past Performance documentation. Offerors must provide detailed descriptions of their approach, equipment, past experiences related to similar projects, and a biobased product list ensuring adherence to USDA standards. The solicitation aims to ensure that the selected contractors possess the necessary capabilities and experience to fulfill the project objectives effectively while maintaining compliance with safety and environmental regulations. This structure emphasizes the importance of thorough preparation and adherence to outlined requirements in the competitive bidding process.
    The Solicitation 140PS124R0023 is an amendment regarding the Oregon Caves National Monument & Preserve's Hand Thinning and Chipping Hazardous Fuels Project. The document addresses questions received by the government about the project requirements. Notably, a clarification states that the required distance from the roadway for hand thinning is 20 feet, not 200 feet, emphasizing the need for hand felling due to steep terrain. The project timeline is extended to 90 days to accommodate the anticipated longer time for hand thinning. Furthermore, the government confirms that no housing will be provided for contractors, who must arrange their own accommodations. Regarding budget considerations, while the government does not disclose a specific budget, it indicates a price expectation below $500K for the project's total cost, highlighting that this should not be interpreted as a strict ceiling or floor for bids. This amendment illustrates the government's transparency and adaptability in response to contractor queries and reinforces the project's logistical requirements and expectations for bids amid federal contracting processes.
    The document outlines Amendment 0001 to solicitation number 140PS124R0023 issued by the National Park Service (NPS) for the Oregon Caves National Monument's Escape Route Road and Upper Road mechanic thinning and chipping fuels reduction project. The amendment's purpose is to address contractor inquiries received by a specified date and to incorporate a Questions and Answer Document. Importantly, it states that the solicitation's closing date is not extended and retains the original performance period of October 1, 2024, to February 28, 2027. Offers must acknowledge receipt of this amendment prior to the specified deadline to avoid rejection. This solicitation is a small business set-aside, emphasizing the government's focus on engaging small enterprises in federal contracting. The document follows federal guidelines communicated in FAR 12.603 and emphasizes the administrative requirements for offers, including compliance with submission methods to ensure acknowledgment. It serves to clarify expectations and documents necessary for potential contractors participating in the project, showcasing NPS's commitment to professional management in government procurements.
    The document outlines Amendment 0002 to the solicitation 140PS124R0023, issued by the National Park Service (NPS) for vegetation management projects at the Oregon Caves National Monument and Preserve. This amendment updates the schedule, statement of work, and evaluation criteria, addressing contractor inquiries submitted by September 3, 2024. It clarifies various issues identified in the government's responses and incorporates text changes designated by strikethrough or bold formatting. Importantly, the amendment does not extend the solicitation's deadline, and the period of performance remains from October 1, 2024, to February 28, 2027. The scope involves fuels reduction and tree thinning across approximately 33 acres on Escape Route Road and 32 acres on Upper Road, with an optional increase of up to five additional acres, contingent on funding availability. These efforts aim to enhance natural resources conservation through effective management practices.
    The document outlines Amendment 0003 to solicitation 140PS124R0023, issued by the National Park Service (NPS) for the Oregon Caves National Monument and Preserve. This amendment specifically addresses the mechanics of acknowledging receipt of the amendment and revises the language concerning equipment usage, explicitly stating that masticators, mulchers, or similar equipment are prohibited. The amendment does not extend the solicitation's deadline; the period of performance remains set from October 1, 2024, to February 28, 2027. Additionally, offers must be submitted with acknowledgment of this amendment by the specified deadline to prevent rejection. The document highlights regulatory compliance and clarity in contracting processes, underscoring the importance of accurate documentation in public procurement.
    The government document outlines a Request for Quotation (RFQ) for a vegetation management project at the Oregon Caves National Monument and Preserve. The primary objective is to conduct fuels reduction and vegetation management across approximately 318 acres, focusing on two specific areas: the Escape Route (960 Road) and Upper Roads (070/4613), with delivery scheduled by February 28, 2027. Issued as a small business set-aside, the RFQ seeks quotations for services such as tree thinning and chipping of select live and dead trees. The document specifies the engagement terms, including the optional increase of up to 30 acres dependent on funding availability. Important regulatory references, contract terms, and conditions under the Federal Acquisition Regulation (FAR) are highlighted, emphasizing the necessity for compliance with various clauses. Offerors must complete relevant representations and certifications and provide detailed information regarding their ability to deliver the required services. Proposals are due by September 18, 2024. This RFQ exemplifies the government's initiative to promote environmental conservation while actively engaging small businesses in fulfilling these contracts, fostering both ecological and economic goals.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    Amendment No. 1 to the Solicitation for proposals for a new concession contract to operate guided land tours within Crater Lake National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking proposals for a new ten-year concession contract to operate guided land tours within Crater Lake National Park in Oregon. This opportunity aims to enhance visitor experiences by providing professional guided tours, and the NPS has issued Amendment No. 1 to clarify proposal instructions and respond to inquiries regarding the solicitation. Interested parties must submit a "Notice of Intent to Propose" by September 18, 2024, and electronic proposals are due by October 16, 2024, with further details available on the NPS Commercial Services website. For additional information, contact Kimberley Gagliolo at kimgagliolo@nps.gov or call 510-914-9815.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterior painting and fire retardant application at Lassen Volcanic National Park. The project involves painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to shake shingles on 19 historic structures within the park. This initiative is crucial for preserving the park's historic buildings while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes electronically by 3 PM PST on September 20, 2024, and can contact Phaedra Fuller at phaedrafuller@nps.gov for further details. The estimated contract value ranges from $100,000 to $250,000, with the performance period extending from September 30, 2024, to July 31, 2025.
    OR ERFO FS UMPQU 615-2022-2(1), Umpqua ERFO Repairs 2022
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Umpqua ERFO Repairs 2022 project located in the Umpqua National Forest, Oregon. The project involves the repair of a 0.19-mile aggregate roadway, including ditch regrading, slope stabilization, and the construction of a mechanically stabilized earth wall, with a focus on environmental compliance and infrastructure integrity. This initiative is part of federal efforts to maintain and improve infrastructure in natural areas, ensuring safety and environmental protection while promoting public access. The contract is a total small business set-aside, with an estimated price range between $700,000 and $2,000,000, and is anticipated to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    Klamath River Basin WCS, Rx Fire Engines
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the provision of water handling equipment, specifically Type 3 and Type 6 engines and tactical water tenders, to support prescribed fire management in the Klamath River Basin. The procurement aims to enhance wildfire risk reduction efforts in areas identified as high-risk for wildfires, necessitating the provision of qualified personnel, equipment, and materials to meet contract specifications. This initiative is crucial for implementing large-scale prescribed fire projects, which are essential for forest health and resilience in the region. Interested contractors must submit their proposals by August 16, 2024, and can direct inquiries to Jacob Pipkin at jacob.pipkin@usda.gov. The contract is set aside for small businesses, with a performance period extending until September 16, 2026.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    R--LANDS - BRVB CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to provide cadastral surveying services for two school sites in Summerton, South Carolina, under solicitation number RFQ 140P2124Q0338. The project involves subdividing approximately 1.37 acres and 2.67 acres from larger parcels, requiring the contractor to confirm boundaries, mark parcel corners, and deliver both hardcopy and digital documentation, including plats and legal descriptions. This procurement is crucial for effective land management and development, ensuring compliance with South Carolina's surveying standards while adhering to federal regulations. Quotations are due by September 19, 2024, at 5:00 PM Eastern Time, with a performance period from September 26 to November 29, 2024. Interested vendors can contact Luis Cibrian at luiscibrian@nps.gov for further information.