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
    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.
    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.
    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.
    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.
    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
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    RFP to Lease the Farm Complex at Martin Van Buren National Historic Site
    Interior, Department Of The
    The National Park Service (NPS) is issuing a Request for Proposals (RFP) to lease the Farm Complex at the Martin Van Buren National Historic Site in Kinderhook, New York. This opportunity invites individuals or organizations to operate a commercial farm on approximately 22.4 acres, including several supporting structures, while adhering to sustainable agricultural practices and historic preservation standards. The lease emphasizes the importance of soil health and responsible farming techniques, with a maximum term of 10 years and a minimum annual rent of $24,000, subject to adjustments based on the consumer price index. Interested parties must submit their proposals electronically by February 6, 2026, and can direct inquiries to Megan O'Malley at NERMAVALeasing@NPS.gov.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    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.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.
    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.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.gov.
    Water System Upgrades Santa Fe National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Water System Upgrades project at the Santa Fe National Forest, located in Pecos, New Mexico. This project involves the replacement of three drinking water systems at high-use recreation sites: Jacks Creek Campground, Field Tract Campground, and the Panchuela Administrative Site, requiring comprehensive demolition and installation of new infrastructure. The upgrades are crucial for ensuring safe and reliable water supply for recreational use and administrative functions in the area. Interested contractors should note that proposals are due by December 17, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    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.