Aztec Ruins National Monument (AZRU) AGRICULTURAL
ID: 140PS125Q0006Type: Combined Synopsis/Solicitation
Overview

NAICS

Remediation Services (562910)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 3, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 3, 2025, 12:00 AM UTC
  3. 3
    Due Jan 20, 2025, 7:00 PM UTC
Description

The National Park Service (NPS) is seeking proposals from qualified small businesses for a contract focused on agricultural field restoration at the Aztec Ruins National Monument in New Mexico. The contractor will be responsible for various tasks, including the repair and maintenance of exclusionary fencing, treatment of non-native plants, soil preparation for seeding, and the implementation of native planting to restore the area to its natural state. This initiative is crucial for preserving the ecological integrity of the monument and aligns with federal conservation efforts. Interested vendors must submit their proposals by the specified deadlines, and inquiries can be directed to Ruth Pagan at ruth_pagan@nps.gov or by phone at 240-931-8451. The contract is set to run until December 1, 2029, with a firm fixed price awarded based on price, technical capabilities, and relevant experience.

Point(s) of Contact
Files
Title
Posted
The document outlines Wage Determination No. 2015-5445, detailing minimum wage rates and fringe benefits required for service contracts under the Service Contract Act (SCA). It specifies that contracts entered into after January 30, 2022, must pay covered workers a minimum wage of at least $17.20 per hour, while those awarded between 2015 and January 29, 2022, must meet a minimum of $12.90 per hour unless a higher rate is prescribed. Occupations and their corresponding wage rates are categorized, indicating various job roles and their associated pay in New Mexico's San Juan County. These include administrative support, automotive services, food preparation, and healthcare occupations, among others. The document also mentions fringe benefits such as health and welfare, vacation, and holiday provisions. In addition, it outlines compliance standards related to paid sick leave and instructions for classifying additional job categories not listed. This Wage Determination is integral to federal contracting regulations, ensuring fair compensation for workers and adherence to executive orders on minimum wage and employee benefits, thereby facilitating compliant government spending.
Jan 3, 2025, 4:04 PM UTC
The document outlines a government Request for Proposals (RFP) for a contract focused on restoration services at Aztec Ruins National Monument in New Mexico, with a performance period extending until December 1, 2029. The contractor is required to execute multiple tasks, including the repair and maintenance of fencing to exclude prairie dogs, treatment of non-native plants, soil preparation for seeding, seeding implementation, and the purchase of native plant materials. Comprising five defined tasks, the scope emphasizes minimizing soil disturbance and utilizing environmentally safe methods and materials. Key components include detailed methodologies for invasive species control, specified equipment use for soil preparation, and a comprehensive planting plan utilizing native species. Quality standards mandate equipment cleanliness to prevent introducing non-native species and require contractors to have experience in relevant environmental restoration practices. Funding mechanisms are defined, indicating invoicing protocols tied to task completion. Overall, this RFP represents the federal government's investment in ecological restoration and maintaining native biodiversity within national monuments.
Jan 3, 2025, 4:04 PM UTC
The government file outlines a Request for Proposal (RFP) for environmental restoration activities, specifically targeting the maintenance of existing fencing and nonnative plant treatment. The tasks include repairing 4,000 linear feet of fencing, managing nonnative plants on 10 acres for five years, soil preparation, seeding implementation on three acres, and purchasing native plant materials for an additional eight acres. The timeline for all tasks extends from the date of award until December 1, 2029. The document specifies unit rates for labor and materials, detailing the costs associated with the work and supplies required for execution. Key personnel include a project manager, equipment operators for seedbed preparation, and licensed herbicide applicators, who will oversee the proper application of treatments. Moreover, essential supplies such as hydromulch, herbicides, and native plant materials will be provided, indicative of a structured approach to ecological restoration. Overall, this RFP emphasizes a long-term commitment to environmental conservation, aligning with federal and state initiatives aimed at preserving biological integrity through careful management and restoration practices.
Jan 3, 2025, 4:04 PM UTC
The document outlines a Request for Information (RFI) related to field restoration work at the Aztec Ruins National Monument (AZRU) in New Mexico, under solicitation number 140PS1225Q0006. It specifies that all questions regarding this RFI must be submitted by January 16, 2025, at 12:00 PM MST. The purpose of the RFI is to gather information from potential contractors that could assist in the restoration efforts and to inform the subsequent phases of the project. The emphasis is on ensuring compliance with federal standards and regulations when it comes to the restoration work. This RFI serves as an important tool for engaging stakeholders and forming partnerships in the crucial effort to preserve this historical site.
Jan 3, 2025, 4:04 PM UTC
The document outlines a Combined Synopsis/Solicitation for a contract aimed at environmental restoration at the Aztec Ruins National Monument in New Mexico. The National Park Service (NPS) seeks proposals from qualified vendors to perform critical tasks including the repair and maintenance of exclusionary fencing, non-native plant treatment, soil preparation for seeding, and native planting to restore the area to its natural state. The contract is a total small business set-aside, reinforcing the government’s commitment to supporting small enterprises. A firm fixed price contract will be awarded based on comparative evaluation, with criteria focusing on price, technical capabilities, and prior relevant experience. Interested parties are encouraged to attend a scheduled site visit and must submit written inquiries by a specified deadline. Bidders must provide a pricing schedule, conforming to specified guidelines and demonstrate their experience via project narratives and qualifications of key personnel. The work is expected to commence upon award and conclude by December 1, 2029, emphasizing the importance of restoring ecological integrity within federal regulations and guidelines.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment in accordance with federal regulations. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring they meet safety and operational standards. Proposals are due by April 16, 2025, at 5:00 PM EDT, with a mandatory site visit scheduled for April 7, 2025, at 10:00 AM MST. Interested parties should direct inquiries to Jessica Owens at jessicaowens@nps.gov or Ryan Young at ryanyoung@nps.gov.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation Number 140P2025R0015. The project involves significant construction efforts, including the installation of a new dry-pipe fire suppression system, construction of a new maintenance building, and various utility improvements, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by the specified deadline and can contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.
Repair Bow Creek Fence
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified contractors to repair and replace segments of the Bow Creek Fence at the Missouri National Recreational River Headquarters in Yankton, South Dakota. The project involves removing downed vegetation, repairing existing fencing, and installing new treated wood posts and H-braces to ensure the fence meets acceptable standards and prevents cattle access during repairs. This initiative is crucial for maintaining park boundaries and ensuring public safety within national recreational areas. The estimated contract value ranges from $25,000 to $100,000, with a firm-fixed price contract set aside exclusively for small businesses. Interested contractors must contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details and are required to register in the System for Award Management (SAM) prior to bidding. The project timeline stipulates completion within 120 days from the Notice to Proceed.
SALINAS PUEBLO MISSIONS (SAPU) REQUIRES THE REPLAC
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for a construction project to replace the flooring in Mission 66 at the Salinas Pueblo Missions in Mountainair, New Mexico. The project requires contractors to provide all necessary labor, materials, and supervision in accordance with the attached scope of work and specifications. This procurement is significant as it aims to maintain and enhance the historical integrity of the site, ensuring compliance with safety and labor standards throughout the project. Interested parties must submit their quotes by May 8, 2025, and direct any inquiries to Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294, with a mandatory performance period set from May 12, 2025, to July 25, 2025.
Gila National Forest, Reserve District, Septic Replacement
Buyer not available
The USDA Forest Service is seeking proposals for the replacement of two septic systems at residential facilities within the Gila National Forest, located in Reserve, New Mexico. The project requires contractors to provide all necessary labor, materials, and permits to decommission existing systems and install new septic tanks and leach fields in compliance with New Mexico Environment Department standards. This initiative is crucial for maintaining safe and compliant housing facilities in the area, with a contract value anticipated between $25,000 and $100,000. Interested contractors must submit their proposals by April 9, 2025, and are encouraged to contact Elizabeth Lanum at elizabeth.lanum@usda.gov for further inquiries and to schedule optional site visits on March 27 and 28, 2025.
NM NP MULTI PMS(1), Pavement Preservation New Mexico
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
CA Certified Weed Free Alfalfa Hay for SEKI NP
Buyer not available
The National Park Service (NPS) is seeking qualified vendors to supply and deliver 200 tons of California Certified Weed-Free Alfalfa Hay to Sequoia and Kings Canyon National Parks, specifically for use at the Ash Mountain Corral. This procurement is essential for supporting park operations, including trail maintenance and law enforcement activities, while preventing the spread of invasive plant species. The contract will be awarded based on price, technical capability, and past performance, with a performance period from June 1, 2025, to November 30, 2025. Interested small businesses must submit their quotes via email by 5:00 PM Pacific Time on April 16, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov.
Repair Winston Monument, GUCO
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the Winston Monument located at Guilford Courthouse National Military Park in Greensboro, North Carolina. This project, set aside for Indian Small Business Economic Enterprises (ISBEEs), aims to restore the monument to its original condition following vandalism, adhering to the Secretary of the Interior's Standards for Historic Properties. The contract is estimated to range between $50,000 and $100,000, with a performance period from June 2, 2025, to June 1, 2026. Interested contractors must submit their proposals by May 12, 2025, and direct any inquiries to Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743.
Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
Buyer not available
The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
F--Herbicide Application- Big Thicket NP, Texas
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide herbicide application services at Big Thicket National Preserve in Texas. The project involves treating 52 acres to control resprouting shrubs and hardwood trees, thereby supporting the restoration of Longleaf pine ecosystems by eliminating specific invasive species. This procurement is crucial for environmental management efforts and aims to ensure the preservation of native flora within the preserve. Proposals are due by April 22, 2025, at 12:00 PM Mountain Time, and interested parties must contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further details.