F--SHEN - FY25 HQ MASTICATION
ID: 140PS125Q0025Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MISSOURI MABO(62000)Omaha, NE, 68102, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

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 quotes for mechanical mastication services at the Shenandoah National Park Headquarters in Luray, Virginia. The primary objective of this procurement is to enhance fire management by creating defensible spaces, maintaining fire breaks, and reducing hazardous fuel loads across a designated area of 20 acres. This initiative is crucial for ecological health and fire safety within the park, ensuring compliance with federal regulations and guidelines for land stewardship. Interested small businesses must submit their proposals by August 11, 2025, with the contract period running from August 15, 2025, to December 31, 2025. For further inquiries, potential offerors can contact Stephen Loftus at stephen_loftus@nps.gov or by phone at 202-354-2267.

    Point(s) of Contact
    Files
    Title
    Posted
    The Shen Mastication Project, situated within Shenandoah National Park, aims to enhance fire safety by creating defensible space, maintaining fire breaks, and reducing hazardous fuel loads across a defined area of 20 acres around the park's headquarters. The project focuses on mechanical mastication—using equipment to mulch or chip vegetation up to 5 inches in diameter, avoiding damage to native "leave trees" and minimizing soil compaction. The work is scheduled to commence on August 15, 2025, and must be completed by December 31, 2025, with all operations conducted under careful public safety measures. Contractors are responsible for quality control, ensuring compliance with environmental regulations and promptly addressing any disturbances to protected plants and wildlife during operations. The project outlines specific guidelines for tree protection, proper waste management, and pollution prevention, including procedures for limiting the spread of noxious weeds. Overall, the initiative demonstrates a commitment to ecological health and fire management within the national park, adhering to federal regulations and guidelines for land stewardship.
    The document outlines a map of Shenandoah National Park, produced by the National Park Service under the U.S. Department of the Interior. It illustrates designated areas within the park, specifically highlighting various headquarters locations (HQ-2, HQ-4, HQ-5) and access roads, including US Highway 211 East and HQ Residence Road. The map indicates different levels of vegetation management categorized as high, moderate, and low, along with trails and powerline facilities within the park's boundaries. This mapping serves to facilitate understanding and planning for park operations, environmental management, and potential federal initiatives regarding land use and conservation. The detailed design is crucial for strategic resource allocation and compliance with environmental regulations, supporting future Requests for Proposals (RFPs) and grants aimed at enhancing the park's infrastructure and natural resources management.
    The document is an amendment to solicitation number 140PS125Q0025, issued by the National Park Service for a small business set-aside contract involving mechanical mastication services at Shenandoah National Park, located in Luray, Virginia. The amendment outlines the need for offerors to acknowledge receipt of this amendment via specified methods, such as including an acknowledgment with their offer or through separate communication. Additionally, this amendment clarifies that the previous terms and conditions remain unchanged. The period of performance for the contract is set from August 15, 2025, to December 31, 2025. The key contact for this solicitation is the Contracting Officer, Stephen Loftus, who can be reached via email or phone. The document emphasizes compliance with federal acquisition regulations and provides essential instructions for offer submission and acknowledgment. Overall, it serves to inform potential contractors of changes and requirements related to the solicitation process.
    This document is an amendment to Solicitation No. 140PS125Q0025, issued by the DOI, NPS ConOps Strategic Business Services Contracting Division. The amendment, identified as 0002, changes the procurement to a small business set-aside and extends the closing date for offers to August 20, 2025, at 1700 EDT. All other terms and conditions of the original solicitation remain unchanged. The solicitation is a combined synopsis/solicitation for a commercial item, specifically requesting quotes for mechanical mastication services at Shenandoah National Park Headquarters in Luray, VA. The period of performance for these services is from August 25, 2025, to December 31, 2025. This notice serves as the only solicitation, and a written solicitation will not be issued. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, or by other specified methods, before the new closing date.
    The file 140PS125Q0025 outlines a Request for Quote (RFQ) from the National Park Service (NPS) for mechanical mastication services at Shenandoah National Park. This solicitation primarily targets small businesses, requiring registration in the System for Award Management (SAM) and a Unique Entity Identifier (UEI). The project aims to enhance fire management by creating defensible spaces, maintaining fire breaks, and reducing hazardous fuel loadings within the park headquarters from August 15, 2025, to December 31, 2025. Proposals should demonstrate the company's ability to meet project specifications through a project narrative and prior experience documentation. The RFQ emphasizes adherence to federal acquisition regulations, including representations regarding telecommunications equipment or services. Quotes must be submitted by August 11, 2025, ensuring compliance with all outlined requirements. The evaluation criteria will focus on price, technical capabilities, and prior performance on similar projects, aiming to determine the offering with the best value for the government. This document serves as a critical step in the government’s procurement process for supporting conservation efforts while ensuring transparency and competitiveness.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    63--NPS - Fire & Intrusion Monitoring Services, George
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway (GWMP). The procurement involves a Firm-Fixed-Price (FFP) contract with a one-year base period and four one-year option periods, totaling five years, aimed at ensuring the systems are free from errors and malfunctions while providing 24-hour monitoring. This contract is critical for maintaining safety and security across various facilities within the parkway, requiring NICET Level II certified technicians for fire alarms and state-licensed technicians for intrusion detection systems. Interested parties must submit their quotes by December 12, 2025, and direct any inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    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.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    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.
    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.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.