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
PROVIDE LANDSCAPING SRVCS @ FOMO COMPLEX
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals from qualified contractors to provide landscaping services at Fort Moultrie National Historic Site and the United States Coast Guard Life Saving Station located on Sullivan's Island, South Carolina, as well as the Charles Pinckney National Historic Site in Mt. Pleasant, South Carolina. The procurement involves a range of services including mowing, trimming, and groundskeeping, with a focus on maintaining the historical integrity and aesthetic appearance of these significant sites. This contract is vital for preserving the beauty and safety of culturally important lands, with an estimated performance period of twelve months and an option for an additional year. Interested parties must RSVP for a mandatory site visit scheduled for April 30, 2025, and submit proposals by adhering to the guidelines outlined in the solicitation documents, with inquiries directed to Edward Dingle at edwarddingle@nps.gov or by phone at 404-507-5747.
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.
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, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves extensive renovations, including upgrades to electrical, plumbing, and HVAC systems, as well as structural improvements, with an estimated contract value between $500,000 and $1,000,000. This initiative underscores the government's commitment to enhancing facilities within national parks while supporting veteran-owned enterprises. Interested contractors must submit their proposals by May 2, 2025, and can direct inquiries to William Vazquez at WilliamVazquez@nps.gov or by phone at 470-819-0934.
Tree Maintenance Services at Alexandria National Cemetery
Buyer not available
The Department of Veterans Affairs is seeking proposals for tree maintenance services at Alexandria National Cemetery, focusing on tree trimming, removal, and debris cleanup. The procurement aims to ensure the upkeep of the cemetery's landscape, which is vital for honoring veterans and maintaining the site’s aesthetic integrity. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561730, with a proposal submission deadline of April 30, 2025, and a mandatory site visit scheduled for April 24, 2025. Interested contractors must provide a Certified Arborist for oversight and comply with federal acquisition regulations, with the performance period expected from May 1, 2025, to September 30, 2025. For further inquiries, potential bidders can contact David Hester at David.Hester@va.gov.
Tree Maintenance Services at Port Hudson National Cemetery
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide tree maintenance services at Port Hudson National Cemetery in Zachary, Louisiana. The procurement focuses on tree trimming, removal, stump grinding, and debris disposal, with a specific requirement for contractors to employ a certified arborist for supervision and adhere to established tree management standards. This initiative aims to enhance the safety and aesthetics of the cemetery grounds while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by May 2, 2025, following a mandatory site visit on April 25, 2025, and interested parties should direct inquiries to David Hester at David.Hester@va.gov.
HPTC FORTALEZA WALL SCAFFOLD 5
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the rental of scaffolding to support masonry repairs at the Fortaleza Wall within the San Juan National Historic Site in Puerto Rico. The project requires OSHA-compliant scaffolding to facilitate repairs due to vegetation damage, with a contract period from June 15, 2025, to October 17, 2025, encompassing two phases of scaffolding erection. This initiative is crucial for preserving the cultural heritage and structural integrity of the historic site, ensuring compliance with safety regulations while maintaining public access. Interested parties should note that a site visit is scheduled for May 1, 2025, with quotes due by May 21, 2025; for further inquiries, contact Robert Adamson at robertadamson@nps.gov or call 301-502-0076.
S216--FY25: Stormwater Management Services
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Stormwater Management Services at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico, under solicitation number 36C24825Q0693. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to ensure effective maintenance of stormwater systems, including cleaning catch basins, installing sediment filtration systems, and managing waste disposal, with a focus on compliance with environmental regulations. The Blanket Purchase Agreement (BPA) is expected to span five years, from September 15, 2025, to September 14, 2030, with annual task orders, and interested vendors must submit their quotes electronically by May 15, 2025, to the contracting officer, Wilfredo Perez, at wilfredo.perez3@va.gov.
Janitorial Service
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA) Region 2, is seeking qualified contractors to provide janitorial services in St. John, Virgin Islands. The procurement involves a Firm Fixed Price Purchase Order, with a performance period set from June 2, 2025, to December 1, 2025, and requires interested contractors to submit a Request for Quote (RFQ) by May 9, 2025. This opportunity emphasizes the importance of local engagement, as contractors are encouraged to demonstrate business operations within the area for the past twelve months. For further inquiries, interested parties can contact Gennara Mack at gennara.mack@fema.dhs.gov or John Liu at john.liu@fema.dhs.gov.
CARE 265911 Post Construction Seeding
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the CARE 265911 Post Construction Seeding project at Capitol Reef National Park. The contract involves comprehensive revegetation efforts across six sites totaling 11.28 acres, including hydroseeding, mulching, hand seeding, and planting nursery-grown plants, with a performance period extending until December 30, 2026. This initiative is crucial for ecological restoration following road and parking lot reconstruction, ensuring compliance with National Park Service regulations and maintaining site safety for visitors and workers. Interested parties must submit their quotes by May 14, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
S201--FY26: Janitorial Services at VACHS & MOPC
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for janitorial services at the Veterans Affairs Caribbean Healthcare System (VACHS) and the Mayaguez Outpatient Clinic (MOPC) in Puerto Rico. The procurement will focus on providing aseptic cleaning services across various facilities, including intensive care units and outpatient areas, covering a total area of approximately 814,046 square feet. This contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be structured as a Firm Fixed Price (FFP) agreement, with an initial twelve-month base period and four optional one-year extensions at the government's discretion. Interested vendors should note that the Request for Proposal (RFP) is anticipated to be issued within fifteen days, with proposals due no less than thirty days after issuance; for further inquiries, contact Senior Contract Specialist Wilfredo Perez at wilfredo.perez3@va.gov or 939-759-6783.