S--HASSEL ISLAND VEGETATION CONTROL
ID: 140P5425Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide landscaping services for vegetation control at Hassel Island, part of the Virgin Islands National Park. The project involves maintaining grounds, trails, and historical ruins to ensure visitor safety and preserve the integrity of historical artifacts, with specific tasks including cutting, trimming, and debris removal around key structures. This procurement is critical for maintaining the park's accessibility and historical significance, with quotes due by April 18, 2025, and a site visit scheduled for April 10, 2025. Interested contractors should contact William Vazquez at William_Vazquez@nps.gov or 470-819-0934 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 6:05 PM UTC
Apr 8, 2025, 6:05 PM UTC
The document is an amendment to solicitation number 140P5425Q0014, issued to modify the terms of an existing contract or order. It primarily notifies contractors of the updated meeting point for a site visit on Hassel Island, which is now Creque Marine Slipway. An attachment detailing the location is included. The period of performance for the project is established as April 28, 2025, to January 23, 2026. Contractors are required to acknowledge receipt of the amendment by specific methods to ensure their offers are not rejected due to lack of confirmation. The amendment reinforces that all other terms and conditions remain unchanged. This document highlights the procedural aspects essential for compliance in government contracting processes, emphasizing the importance of communication and adherence to specified guidelines.
Apr 8, 2025, 6:05 PM UTC
The document outlines a Request for Quotations (RFQ) from the National Park Service (NPS) for landscaping services at Hassel Island, part of the Virgin Islands National Park. The RFQ, numbered 140P5425Q0014, specifies that quotes are due by April 18, 2025, with a site visit scheduled for April 10, 2025. The scope of work includes vegetation maintenance for grounds, trails, and ruins, highlighting the importance of timely and compliant service delivery. The winning contractor will be selected based on price, ability to adhere to specifications, completion timelines, and past performance, particularly regarding any exclusions in the System for Award Management (SAM.gov). The request emphasizes the requirement for potential contractors to be Service-Disabled Veteran-Owned Small Businesses and includes guidelines for submitting formal quotes, with specific attention to documentation completion and certification requirements. The document also incorporates various federal regulations, contractual obligations, and clauses that govern the solicitation process, ensuring compliance with federal procurement standards and the engagement of small business entities. Overall, the RFQ articulates the government's intent to secure landscaping services efficiently and transparently while adhering to stipulated regulations and necessary vendor qualifications.
Apr 8, 2025, 6:05 PM UTC
The National Park Service (NPS) is seeking a contractor for vegetation landscaping services at Hassel Islands within the Virgin Islands National Park. The project encompasses maintaining the grounds, trails, and ruins to ensure visitor safety and preserve historical artifacts. Required services include cutting, trimming, and removing vegetation and debris around key historical structures and trails, with a focus on meticulous care to avoid damage to artifacts and signage. The contractor must utilize appropriate personal protective equipment (PPE) and tools for the tasks, which include trimming grounds around various historic locations such as the Creque Marine Railway and the 1801 British Barracks. The contract emphasizes confidentiality of developed materials as property of the U.S. Government. Overall, the RFP aims to secure services vital for park maintenance while safeguarding its historical integrity and visitor accessibility.
Apr 8, 2025, 6:05 PM UTC
The document contains the Wage Determination No. 2015-5715 issued by the U.S. Department of Labor's Wage and Hour Division, detailing minimum wage rates and fringe benefits required for contracts under the Service Contract Act (SCA) in the Virgin Islands. Effective for contracts entered into or renewed after January 30, 2022, the minimum wage rate is set at $17.75 per hour, adjusted annually per Executive Order 14026. A comprehensive list of occupations is provided along with their corresponding wage rates, underscoring various administrative, automotive, health, and technical roles. Workers across these classifications are entitled to hourly health and welfare benefits amounting to $5.36, vacation, and paid holidays. The document further outlines conformance processes regarding unlisted job classifications and emphasizes employer obligations regarding working conditions, uniform allowances, and safety differentials for hazardous duties. Overall, it serves as a compliance guide for federal contracts, ensuring fair wages and benefits for service employees in government contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
Slope Mowing Services, Natchez National Cemetery
Buyer not available
The Department of Veterans Affairs is soliciting proposals for Slope Mowing Services at the Natchez National Cemetery in Mississippi. The contract will involve maintaining the aesthetic and health of slope areas through mowing, trimming, and related services, adhering to the National Cemetery Administration's standards while ensuring safety and respect for veterans' memorials. This procurement is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a contract anticipated to be awarded as a Firm, Fixed-priced, Indefinite-Delivery, Indefinite-Quantity (IDIQ) for a base period of twelve months, followed by four optional twelve-month periods. Interested vendors must submit their quotes by 3 PM EST on April 18, 2025, to the Contracting Officer, Brian Werner, at brian.werner2@va.gov, and are encouraged to attend a site visit on April 2 or 3, 2025.
Scaffolding for Vicksburg National Military Site -
Buyer not available
The Department of the Interior, through the National Park Service, is seeking small businesses to provide scaffolding for the New York Monument at Vicksburg National Military Park in Mississippi. The procurement involves the design, erection, assembly, and installation of OSHA-compliant scaffolding to facilitate necessary cleaning and masonry work on the historic granite obelisk monument, which requires access to all sides and surfaces. This project underscores the government's commitment to preserving historical sites while ensuring safety and quality standards during the work process. Quotes are due by April 23, 2025, following a site visit on March 12, and interested parties can contact Franklin Mahan at franklinmahan@nps.gov or 240-741-3727 for further information.
Z--REHAB FLAMINGO HOUSING UNITS 416 A-D
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the rehabilitation of Flamingo Housing Units 416 A-D at Everglades National Park, with a focus on enhancing residential facilities. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves significant renovations including upgrades to electrical, plumbing, and HVAC systems, as well as structural improvements and compliance with environmental regulations. The estimated contract value ranges from $500,000 to $1 million, with proposals due by May 2, 2025, and a pre-construction site visit scheduled for April 16, 2025. Interested contractors should contact William Vazquez at WilliamVazquez@nps.gov or 470-819-0934 for further details.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@nps.gov.
WRITE ADMINISTRATIVE HISTORY
Buyer not available
The Department of the Interior, through the National Park Service, is seeking quotations for the preparation of an Administrative History for the San Juan National Historic Site in Puerto Rico. The objective of this procurement is to compile and synthesize the park's historical documentation, including oral histories from current and former National Park Service employees, to enhance resource management, interpretation, and preservation efforts. This comprehensive document will address significant themes such as land use and visitor management, and will be completed within a 24-month timeframe, with deliverables including detailed reports, oral history transcripts, and maps. Interested contractors must submit their quotes by April 25, 2025, with questions due by April 16, 2025, and the contract is expected to be awarded based on best value considerations, emphasizing technical capabilities over price. For further inquiries, contact Noelli Medina at NoelliMedina@nps.gov or call 470-819-0940.
Tree Maintenance Services at Fort Sam Houston National Cemetery
Buyer not available
The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Tree Maintenance Services at Fort Sam Houston National Cemetery in San Antonio, Texas. The contract involves a firm fixed-price arrangement for tree removal, pruning, stump removal, and waste disposal, specifically targeting 34 large and 4 medium trees within the cemetery grounds. This maintenance is crucial for preserving the aesthetic and environmental integrity of the cemetery, ensuring compliance with safety and maintenance standards. Interested contractors must submit their bids by April 22, 2025, and are encouraged to conduct a site visit prior to submission to evaluate local conditions. For further inquiries, potential bidders can contact David Hester at David.Hester@va.gov.
Complete Grounds Maintenance at Beaufort National Cemetery - SED-831 -- S208
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide complete grounds maintenance services at Beaufort National Cemetery in South Carolina. The procurement involves a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which includes a base year and four optional renewal years, focusing on maintaining the cemetery's appearance and integrity as a national shrine for veterans. The services required encompass the management of 41.2 irrigated turf acres, including turf maintenance, headstone care, irrigation system management, and debris removal, all adhering to the National Cemetery Administration's standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals, including technical documentation and past performance information, by May 2, 2025, with mandatory site visits scheduled for April 18, 2025. For further inquiries, contractors can contact Janice Brooks at Janice.Brooks@va.gov or Larry Curtis at larry.curtis@va.gov.
N--Integrated Video and Security Management System
Buyer not available
The National Park Service (NPS) is preparing to issue a Request for Proposal (RFP) for an Integrated Video and Security Management System at the San Juan National Historic Site in Puerto Rico. The project aims to replace outdated video surveillance equipment with advanced systems for video surveillance, intrusion detection, access control, and emergency communications to enhance security across various park facilities. This procurement is significant as it addresses existing vulnerabilities and aims to provide unified oversight and rapid response to incidents, integrating with the existing NPS dispatch service. The estimated contract value is between $500,000 and $1,000,000, and the solicitation is expected to be published around June 1, 2025. Interested vendors must have an active registration with SAM.gov and meet specific eligibility criteria, with proposals due approximately 30 days after the solicitation release. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
Ground maintenace and Landscaping maintenanc
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide grounds maintenance and landscaping services at the District 8 REPFAC in New Orleans, Louisiana. The procurement aims to ensure the upkeep of a 9,150 sq/ft area, which includes tasks such as lawn mowing, trimming, pest management, and overall landscape enhancement, in compliance with federal and local standards. This initiative is crucial for maintaining the aesthetic and environmental quality of public facilities, reflecting the government's commitment to well-maintained grounds. Interested small businesses must submit their quotes by 12:00 PM CST on April 17, 2025, to the primary contact, Clarence Henshaw Jr., at clarence.henshawjr@uscg.mil, and must be registered with the System for Award Management (SAM).