NR-ARD-07 GPMP NETWORK OPERATIONS IDIQ
ID: 140P2125R0014Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- AIR QUALITY (B502)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the NR-ARD-07 GPMP Network Operations Indefinite Delivery Indefinite Quantity (IDIQ) contract, which is set aside for small businesses. This contract aims to support the Gaseous Pollutant Monitoring Program by providing essential services such as technical support, data acquisition, maintenance of monitoring equipment, and reporting on air quality across national parks. The initiative is crucial for ensuring compliance with the Clean Air Act and enhancing air quality monitoring efforts, thereby protecting natural resources and public health. Interested parties should note that the contract has a total ceiling of $15 million over a five-year period, with a minimum task order value of $10,000 and a maximum of $3 million, and they can contact Joyce Hongell at joyce_hongell@nps.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the Gaseous Pollutant Monitoring Program (GPMP) conducted by the National Park Service (NPS). The primary goal is to ensure the continuous and reliable operation of the air quality monitoring network, which evaluates gaseous pollutants and meteorological data across various national parks. The contract encompasses tasks like technical support services, data acquisition and validation, maintenance of monitoring equipment, and reporting findings to the Environmental Protection Agency (EPA) and other stakeholders. Additionally, the contractor must adhere to rigorous quality assurance protocols and provide timely data reporting to help assess compliance with national air quality standards and support environmental protection strategies. This initiative ultimately aims to safeguard sensitive park resources from air pollution while contributing to broader air quality policy development. The SOW indicates a five-year performance period for the contract, emphasizing the necessity for consistent data management and operational excellence to meet NPS objectives and public health standards.
    The government document outlines a Request for Proposals (RFP) focused on network operations and data processing related to air quality monitoring from 2025-2030. It details tasks categorized into primary network operations (e.g., technical support, maintenance, parts procurement) and data services (data acquisition, processing, validation, and reporting). Additionally, optional tasks include urgent services, equipment deployment, installation, decommissioning of stations, and special studies focused on air quality conditions, trends, and monitoring systems. The document specifies labor rates and qualifications for various roles involved in these tasks, reflecting a structured approach to staffing within the National Park Service (NPS) framework. Funding aspects are highlighted under task costing categories for directed labor, travel, and other direct costs. The project aims to enhance air quality management through effective monitoring and reporting, ensuring compliance with federal regulations while supporting the environmental management initiatives of the National Park Service. The emphasis on optional tasks illustrates flexibility and responsiveness to emerging needs over the proposed five-year period, potentially extending by six months.
    The Past Performance Questionnaire is a crucial component of the solicitation process for the Indefinite Delivery Indefinite Quantity (IDIQ) contract focusing on Gaseous Air Pollution and Meteorological Monitoring for the National Park Service. Offerors must complete Section A of the questionnaire with relevant past projects, which will then be evaluated by project owners or references who complete Section B. The questionnaire is essential for assessing the offeror's experience and performance history, with a focus on relevance, size, scope, and complexity of prior work. The document outlines specific instructions for both offerors and project owners, emphasizing the need for timely submissions and the importance of confidentiality concerning performance evaluations. Ratings from project owners span from Poor to Excellent, assessing various aspects including workmanship, adherence to contract requirements, timeliness, and overall satisfaction. This process helps the government in selecting contractors for future projects, ensuring that only qualified candidates are considered, thereby supporting effective project execution. The main purpose of this document serves to facilitate a comprehensive performance review and ensure accountability within federal contracting frameworks.
    The document outlines the Request for Proposal (RFP) for the ARD GPMP Network Operations Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The solicitation is set aside for small businesses under the NAICS code 541620, targeting environmental consulting services. The contract involves a single award, with a minimum task order value of $10,000 and a maximum of $3 million, contributing to a total ceiling of $15 million. The ordering period spans five years (from August 1, 2025, to July 31, 2030), allowing for an additional six-month extension. The proposal process requires submissions to be executed in three volumes: Technical, Past Performance, and Price. Each volume must adhere to specific content and formatting guidelines, including demonstrating a minimum of three years of relevant experience. Evaluation criteria focus on the offeror’s technical capabilities, personnel qualifications, and corporate experience, highlighting the necessity for effective quality assurance and prior success in similar projects. This RFP reflects the government’s effort to streamline operations within national park services while ensuring eligible small businesses can compete fairly by leveraging their experience and capacity to meet diverse environmental challenges.
    The Gaseous Pollutant Monitoring Program Quality Assurance Project Plan (QAPP) established by the National Park Service aims to monitor air quality across national park units, ensuring compliance with the Clean Air Act. This plan outlines project management, sampling design, quality control measures, and data management procedures for measuring gases such as ozone, sulfur dioxide, and particulate matter. Key tasks include equipment procurement, site selection, and operational management, with strict adherence to EPA protocols for data quality and validation. The QAPP defines quality objectives to ensure a minimum 75% valid data recovery rate for effective air quality assessment and reporting. Training requirements for personnel involved in measurement activities are detailed, emphasizing the need for qualified staff. The overarching goal of the monitoring program is to provide reliable data to support environmental policy decisions, track air quality trends, and protect park resources from pollution. Regular audits are mandated to maintain the integrity and performance of monitoring operations, ensuring data is reliable and accessible to relevant agencies.
    The document details an extensive inventory of in-service equipment owned by the National Park Service (NPS) for the Gaseous Pollutant Monitoring Program. It lists numerous instruments from various manufacturers, including 2B Technologies, Campbell Scientific, and Climatronics, with each entry providing serial numbers and identifying them as "In-Service." The inventory encompasses a wide variety of monitoring and analytical instruments essential for environmental monitoring and data collection across national parks. These instruments play a critical role in assessing air quality and environmental conditions, aligning with federal requirements for environmental protection. The systematic cataloging demonstrates the NPS's commitment to maintaining operational equipment vital for environmental monitoring, ensuring regulatory compliance and public health.
    The document provides a comprehensive overview of air quality monitoring data for various national park units across the United States, focusing on ozone, sulfur dioxide, carbon monoxide, nitrogen dioxide, PM2.5, and related parameters for the year 2014. It categorizes parks by the operating agency and details the number of monitoring sites, ozone concentrations, daily maximum average levels, and pollution exceedances in accordance with EPA standards. Each park unit is listed with specific metrics, such as the highest recorded concentrations, number of exceedance days, and indices for potential resource injury due to air pollution exposure. Overall, the report serves as a critical resource for assessing air quality in national parks, facilitating state and federal efforts related to environmental management, regulation compliance, and public health protection. The data can support grant applications and RFPs aimed at enhancing air monitoring programs and environmental conservation initiatives across local and national jurisdictions. By highlighting the significance of air quality in protected areas, the document underscores the importance of continued research, monitoring, and management actions in preserving natural resources.
    The National Park Service's Gaseous Pollutant Monitoring Program's November 2015 report provides extensive data on ozone (O3) levels, sulfur dioxide (SO2), and particulate matter (PM2.5) across various parks. Ozone measurements indicate multiple parks, such as Big Bend and Joshua Tree, recorded high daily maximum concentrations, with noted exceedances of 8-hour and 1-hour standards. Additionally, PM2.5 and SO2 levels were recorded, highlighting the adherence and exceedance of National Ambient Air Quality Standards. Meteorological conditions, including wind speed and temperature, were also documented, influencing pollutant levels. The data collection performance was robust, with a majority of sites meeting valid data capture targets. The report emphasizes the ongoing need to monitor air quality within national parks to ensure environmental health and compliance with federal standards, demonstrating the government's commitment to protecting natural resources and public health. Overall, the monitoring program serves to inform policy decisions related to air quality management in national parks and compliance efforts regarding air pollution.
    The NPS Portable Ozone Monitoring System (POMS) Mark II is designed to measure ozone and meteorological parameters in remote park locations lacking power and telecommunications. It features a lightweight, self-contained unit with a solar-powered system, enabling easy installation by one technician and UPS shippable in multiple boxes. Key components include a 2B Tech ozone analyzer, a Campbell datalogger, various meteorological sensors, and weather-proof enclosures. The system operates from May to September, requiring minimal operator support, with automated daily zero checks for the analyzer. Field support contractors will assemble and calibrate the units on-site, while regular data transmission is achieved via an Orbcomm satellite modem. The design allows for flexibility in system configurations, offering various options for pollutant measurements and communication methods. The POMS II is crucial for monitoring ozone levels, providing data essential for environmental management and compliance within national parks, and aligns with government efforts to enhance air quality monitoring infrastructure.
    The document outlines a Request for Proposal (RFP) for various air quality monitoring and data processing services managed by the National Park Service (NPS), with a contract period spanning from August 1, 2025, to July 31, 2030. It includes responsibilities for multiple tasks such as technical support, maintenance visits, and data acquisition related to air quality across designated national parks. Emphasis is placed on performance expectations within the framework of the North American Industry Classification System (NAICS) standard for small businesses. The scope of work involves operational tasks for network support, data processing, and analysis of air quality studies. Optional tasks such as the installation and testing of monitoring equipment are also specified. Each task is categorized under specific ordering periods, reflecting a comprehensive plan for ongoing environmental monitoring over five years. The RFP encourages participation from various business classifications including service-disabled veteran-owned and women-owned small businesses, indicating a commitment to diverse suppliers. It mandates adherence to federal standards and regulations regarding procurement and contractor performance. This initiative signifies the federal government’s dedication to enhancing air quality monitoring efforts and ensuring effective environmental management within national parks.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    Multimedia Environmental Compliance Services with an Emphasis on Fuel Storage Tanks/Spill, Air Quality, and Waste/Materials
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking qualified small businesses to provide Multimedia Environmental Compliance Services, focusing on Fuel Storage Tanks, Spill Management, Air Quality, and Waste/Materials. The contract will encompass a full range of environmental compliance services, ensuring adherence to various federal, state, and local regulations, and will be executed as an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with firm-fixed price task orders. The total contract value is anticipated to reach a maximum of $45 million over a five-year period, with a minimum guarantee of $50,000, and the Request for Proposals (RFP) is expected to be posted on or around January 7, 2026. Interested firms must register on the Procurement Integrated Enterprise Environment (PIEE) website and the System for Award Management (SAM) database to participate in the procurement process.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.