56--Aggregate for Redwood National Park
ID: 140P8425Q0016Type: Solicitation
AwardedJun 2, 2025
$381K$381,000
AwardeeKERNEN CONSTRUCTION 2350 GLENDALE DR McKinleyville CA 95519 USA
Award #:140P8425P0030
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

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 quotations for the supply and delivery of approximately 2,000 tons of 2-1/2-inch minus base aggregate to Redwood National Park in California. The project aims to enhance road maintenance within the park, requiring contractors to provide all necessary supervision, labor, equipment, and materials as specified in the solicitation documents. This procurement is particularly significant for maintaining infrastructure in national parks, ensuring accessibility and safety for visitors. Interested small businesses must submit their quotations via email by the specified deadline, with the anticipated award of a firm-fixed-price purchase order occurring after evaluation of the proposals based on price and other factors. For further inquiries, contact Jack Northcutt at Jack_Northcutt@nps.gov.

    Point(s) of Contact
    Northcutt, Jack
    Jack_Northcutt@nps.gov
    Files
    Title
    Posted
    The document outlines RFQ No. 140P8425Q0016 for the supply and delivery of specified aggregate to Redwood National and State Parks. Offerors must submit proposals aligning with the solicitation requirements, including pricing for base and option items, while ensuring accuracy in unit costs and totals. The specified quantities include 2,000 tons to Holter Ridge Rd, 2,500 tons to West Side Access Rd, and another 2,000 tons to a stockpile at Davison Rd. An option for additional aggregate delivery in increments of 250 tons—up to 5,000 tons—is also included. Pricing submissions must remain valid for 45 days post-solicitation closing. The document emphasizes the importance of compliance with bid item definitions as outlined in attached specifications, ensuring bidders understand the scope of work and pricing calculation requirements. This RFQ serves to facilitate procurement processes, supporting infrastructure and maintenance projects within the Redwood National and State Parks, underscoring the government's approach to resource management and logistics in public land stewardship.
    The document outlines the specifications and requirements for supplying and delivering 2 ½ inch minus base aggregate for road maintenance at Redwood National Park in Orick, California. It specifies that contractors must provide high-quality crushed stone aggregate, free from recycled materials and certain listed invasive plant species. The bidding process is broken down into four items: Bid Item A involves delivering 2,000 tons to Holter Ridge Road; Bid Item B requires 2,500 tons for West Side Access Road; Bid Item C is for 2,000 tons to the Davison Road stockpile; and Bid Item D offers an option for additional 250-ton increments, up to 5,000 tons to the same stockpile. Deliveries are scheduled during specified times between June and September 2025, with specific procedures for weight documentation and coordination with park officials. The RFP emphasizes the importance of material quality and adherence to timelines for successful completion of the project, reflecting the government’s strict standards for infrastructure development.
    The document pertains to RFQ No. 140P8425Q0016, detailing the Offeror Representations and Certifications required for federal contracts concerning commercial products and services. It outlines the necessary steps for offerors, including completing their annual representations in the System for Award Management (SAM) and various definitions that clarify terms related to small businesses, disadvantaged businesses, and other key classifications. The RFQ stipulates requirements such as adherence to federal laws regarding child labor, telecommunications equipment, and compliance with the Buy American Act. Additionally, the document includes representations about the offeror's business operations, the place of manufacture, and certifications regarding critical technology and responsibilities concerning federal transactions. These measures are designed to ensure that contractors align with government standards and regulations, addressing issues such as national security, supply chain integrity, and ethical business practices. The emphasis on compliance reflects the government's commitment to safeguarding taxpayer interests while promoting fairness and accountability in federal contracting processes.
    The document outlines the Technical Information Form associated with RFQ No. 140P8425Q0016, which is required from offerors in response to a government procurement request. It solicits specific information including the business name, UEI (SAM #), contact details, subcontractor intentions, quarry/gravel pit selection, and references on past performance with relevant contracts. Offerors are mandated to provide details on any subcontractors, including names, tasks, and company information. The form also requests reference contracts characterized by size and complexity, including contact details and performance periods, to substantiate qualifications. This structure is aimed at assessing the capabilities and experiences of businesses bidding on government contracts while ensuring compliance and facilitating the procurement process. The primary purpose is to gather essential technical and performance data for evaluation and selection of contractors for federal and state projects.
    This document serves as an amendment to a solicitation (140P8425Q0016) issued by the National Park Service (NPS) for a project managed within the Point Reyes National Seashore. The amendment clarifies that offers must acknowledge receipt prior to the specified deadline to avoid rejection. It outlines methods for acknowledging receipt, including completing copies of the amendment or submitting a separate letter or electronic communication. The contract amendments include a period of performance extending from June 12, 2025, to September 15, 2025, with no changes to the terms beyond what is specified in the amendment. The document highlights the importance of timely updates on contractual obligations and compliance with federal regulations, emphasizing that all terms remain in effect except as altered herein. The structured format includes sections for identification, administration, and specifics regarding the contract modification, ensuring clear communication of essential information to potential contractors. This amendment is critical for maintaining clarity and compliance in public procurement processes, particularly in environmental and infrastructural projects overseen by federal agencies.
    The document outlines a Request for Quotation (RFQ) No. 140P8425Q0016 regarding the procurement of base aggregate materials for the Redwood National Park. The main purpose is to solicit bids for delivery of approximately 2,000 tons of 2-1/2-inch minus base aggregate to specific locations within the park by a deadline of September 15, 2025. The RFQ details administrative codes, solicitation procedures, and compliance requirements, including adherence to federal regulations concerning contract performance, invoicing, and small business classifications. Key points include: payment logistics, the need for electronic invoice submission via the DOI's Invoice Processing Platform, and stipulations for contractor qualifications and performance reviews. Additional requirements involve the completion of specified forms and disclosure of prior experience with similar projects to assess past performance. The document emphasizes the importance of aligned offerings with the technical specifications and services expected, establishing that the government's objective is to maximize value through competitive bidding while ensuring regulatory compliance. The summary indicates the structure includes contract clauses, administrative directives, and procedural instructions for prospective offerors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    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.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.
    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.
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    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.
    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.
    Y--Beach Access Upgrades
    Interior, Department Of The
    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.