F--Lake Roosevelt National Rec Area Tree Removal
ID: 140P8325Q0039Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Landscaping Services (561730)

PSC

NATURAL RESOURCES/CONSERVATION- TREE THINNING (F014)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for tree removal services at the Lake Roosevelt National Recreation Area, specifically targeting biomass tree removal to enhance forest health. The project aims to manage trees infested by bark beetles and mitigate hazards to infrastructure while promoting ecosystem vitality, with a contract performance period from August 11, 2025, to January 30, 2026. This procurement is significant for maintaining ecological balance and safety within the national park, and it is set aside for small businesses under the SBA guidelines. Interested contractors must submit their proposals by August 12, 2025, and can contact Katheryn Camacho at katheryn_camacho@nps.gov for further information.

    Point(s) of Contact
    Camacho, Katheryn
    katheryn_camacho@nps.gov
    Files
    Title
    Posted
    The Rickey Point Tree Removal/Felling project at Lake Roosevelt National Recreation Area (LARO) outlines the requirements for contractors submitting quotes. A key component involves completing the 52.204-24 representation regarding telecommunications and video surveillance services, which mandates contractors to declare whether they provide or use "covered telecommunications equipment or services," as defined by the John S. McCain National Defense Authorization Act of 2019. Contractors must detail their prior experience with similar projects, providing references to assess their past performance in terms of quality, timeliness, and compliance with regulations. The document emphasizes transparency in disclosures, urging contractors to address any past performance issues candidly to avoid negative assessments. Additionally, it includes forms for contractors to complete regarding their relevant experience and to guarantee compliance with federal regulations on telecommunications services and equipment. This document serves to establish clear guidelines and expectations for contractors involved in federal solicitations, ensuring accountability and compliance with legislation.
    The FY25 Rickey Point Tree Removal Statement of Work outlines a project focused on enhancing forest health through the removal of marked trees in a designated area of the Lake Roosevelt National Recreation Area (NRA). The primary goal is to fell trees infested by bark beetles and manage the resulting debris to prevent hazard risks to infrastructure and promote ecosystem vitality. The project includes six option items, with specific trees to be removed from multiple cabins, where certain tasks are mandatory. The contractor will need to provide all necessary resources, ensure coordination with local utility companies, and prevent damage to reserve trees. Additionally, strict adherence to safety protocols, environmental protection measures, and requirements for noxious weed prevention is mandated. The work is slated to commence between August 1, 2025, and January 31, 2026. The document serves as a foundational guideline for contractors bidding on this federal project, ensuring compliance with standards and fostering collaboration in forest management efforts.
    The document consists of a detailed field data collection for trees near cabins, created on April 29, 2025, with GPS coordinates tracking tree measurements at various locations. It specifies latitude, longitude, and corresponding northing and easting values for each tree (labeled from Hz 1 to Hz 157), indicating their diameter at breast height (dbh) and elevation. A total of 157 entries catalog tree measurements across six cabins, noting anomalies such as dead trees or discrepancies in reported data (e.g., varying measurements on notes). The project aims to collect comprehensive data for potential environmental assessment or forestry management, possibly in relation to federal grants or RFPs focusing on land use and conservation. This systematic approach to data collection signifies an emphasis on ecological health monitoring and resource management, relevant for governmental or environmental purposes.
    The document details the Wage Determination No. 1977-0209 issued by the U.S. Department of Labor, outlining minimum wage requirements under the Service Contract Act for contracts in Washington State. It specifies that contracts signed on or after January 30, 2022, must adhere to a minimum wage of $17.75 per hour, whereas contracts awarded between January 1, 2015 and January 29, 2022, that are not renewed after January 30, 2022, require a minimum wage of $13.30 per hour. A comprehensive list of occupations, primarily in the forestry industry, includes specific wage rates for each role, reflecting total compensation expectations. Additionally, the document highlights fringe benefits such as health and welfare, paid vacation, holidays, and uniform allowances, emphasizing that some minimum wage and benefit provisions may not be enforced under certain conditions. The receipt of paid sick leave is mandated for contracts awarded after January 1, 2017. The document underscores the procedural requirements for contractors to request additional classifications and wage rates for unlisted employee occupations and emphasizes compliance with federal labor regulations. This wage determination instills transparency in federal contracting by ensuring fair compensation practices for workers under government contracts.
    This government document is an amendment to solicitation number 140P8325Q0039, issued by the National Park Service. The amendment makes two key changes: it adjusts the site visit date from August 29, 2025, to July 29, 2025, at 11:00 AM and extends the proposal submission deadline from August 1, 2025, at 1:00 PM to August 4, 2025, at 4:00 PM. All other terms of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by a specified method to avoid rejection of their proposals. The period of performance for the contract is noted to begin on August 11, 2025, and conclude on January 30, 2026. This document is crucial for maintaining the timeline and requirements for contractors intending to bid on this federal project, ensuring compliance and proper administrative procedures.
    This document is Amendment 0002 to solicitation number 140P8325Q0039, issued by the National Park Service (NPS). The amendment includes important updates to facilitate the bidding process for a project at Lake Roosevelt National Recreation Area. Key changes include a second site visit scheduled for August 06, 2025, to enhance competition, and an extension of the proposal submission deadline from August 4, 2025, at 1 PM to August 12, 2025, at 5 PM. Additionally, it stipulates that due to safety concerns, helicopter use in proximity to residential structures and power lines in the Ricky Point area will not be authorized. These amendments aim to ensure a more competitive bidding environment while addressing community safety and regulatory compliance. The solicitation’s effective dates for the project execution are specified from August 27, 2025, to January 30, 2026, reflecting the agency’s commitment to proper project planning and risk management.
    The government document outlines a Request for Quotation (RFQ) for tree felling, biomass removal, and hazardous tree management at the Lake Roosevelt National Recreation Area (NPS, LARO) in Washington. The contractor is expected to perform these services from August 11, 2025, to January 30, 2026, based on specific project specifications provided in the Statement of Work. Quotations are invited from potential bidders, and the evaluation will focus on pricing as well as technical capability and past performance relevant to the project. The RFQ specifies that interested vendors must be registered as small businesses in the System for Award Management (SAM) and meet other requirements. The submission must include various documentation, such as references and a brief work plan. The government reserves the right to award options based on the best value and will evaluate quotes for completeness and compliance with solicitation instructions. Additionally, the document contains clauses related to liability insurance, payment requirements, and the contractor’s obligations regarding safety and contractual conduct. Overall, this RFQ serves to solicit proposals from qualified small business contractors to manage tree-related services in a national park setting, emphasizing compliance with regulations and best practices in the field.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities in response to historically low water levels at Lake Powell. The project is significant for enhancing access to recreational areas and ensuring safety for users, with a total estimated contract value exceeding $10 million and a performance period of 1,095 calendar days. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Y--Beach Access Upgrades
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.