AZ SAGU PR STALOC PURCHASE
ID: 140P1525Q0031Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

Ground or Treated Mineral and Earth Manufacturing (327992)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)
Timeline
    Description

    The National Park Service, under the Department of the Interior, is soliciting quotes for the purchase of 230 tons of tan colored StaLoc paving material, with an option for an additional 60 tons. This procurement is a 100% small business set-aside, emphasizing the importance of equitable participation of small businesses in government contracts while ensuring compliance with federal regulations regarding domestically sourced materials. Interested vendors must possess a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to be eligible for award, with quotes due by February 14, 2025, and delivery required by March 14, 2025. For further inquiries, vendors can contact Taylor Jones at Taylor_A_Jones@nps.gov or call 520-780-9294.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as a justification and approval for a proposed sole source procurement involving the acquisition of StaLok paving material, which is necessary for a specific project. The material is only available from one responsible source, Stabilizer Solutions, highlighting the urgency of securing this item due to the lack of alternative suppliers in the local region. The document indicates that no market research was performed since no other vendors can fulfill this requirement. This sole source justification underscores the critical nature of obtaining the specified material to ensure project continuity and government operations, as failure to procure it could impact performance outcomes. The submission date of the justification is January 27, 2025, reinforcing the immediacy of the procurement need.
    The government document RFQ 140P1525Q0031 is a Request for Quotation issued by the National Park Service for the purchase of 230 tons of tan colored StaLoc paving material, with an option for an additional 60 tons. Quotes must be submitted by February 14, 2025, and delivery is required by March 14, 2025. The document details the procurement process, specifying that it is a 100% small business set-aside and providing requirements for the quoted products. Vendors must possess a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to be eligible for award. Key provisions and clauses from the Federal Acquisition Regulation (FAR) are incorporated in the solicitation. The submission format includes checklist items such as acknowledging the standard form, providing a capabilities statement, and meeting compliance representations related to telecommunications and child labor. The RFQ emphasizes adherence to regulations regarding the delivery of domestically sourced materials, further supporting transparency and accountability throughout the procurement process. This endeavor aligns with federal efforts to ensure equitable participation of small businesses in government contracts while promoting safety in service delivery.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    56--YELL - Hot Mix Asphalt
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the provision of hot mix asphalt services at Yellowstone National Park. The project requires the contractor to supply and mix approximately 6,300 tons of hot mix asphalt using a mobile plant located at Norris Junction Pit, with operations scheduled from August 1, 2025, to October 31, 2025. This procurement is vital for maintaining the park's road infrastructure, ensuring safe access for visitors while adhering to environmental standards and operational protocols. Interested vendors must submit their proposals by March 17, 2024, and direct any inquiries to Sally Leitch at sallyleitch@nps.gov or by phone at 720-450-5172.
    Z--CONSTRUCTION, SERVICE, CROSSWALK LINE STRIPING, NATIONAL MALL AND MEMORIAL PARKS
    Buyer not available
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price contract focused on crosswalk line striping at the National Mall and Memorial Parks. The project aims to enhance pedestrian, motorist, and cyclist visibility by applying approved thermoplastic materials to designated crosswalks. This procurement is significant for maintaining safety and accessibility in one of the nation's most visited public spaces. The RFP is expected to be released around February 18, 2025, with a submission window of 30 days, and the estimated project cost ranges from $25,000 to $100,000. Interested contractors must have an active vendor record in SAM.gov and are encouraged to contact Christian Sanabria at ChristianSanabria@nps.gov or 470-819-0953 for further information.
    GLCA VRP VEHICLE OUTFITTING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified vendors to provide outfitting services for a new F150 Raptor vehicle intended for the Glen Canyon National Recreation Area (GLCA). The procurement involves the installation of various vehicular equipment components, with a firm delivery deadline set for May 20, 2025. This initiative is crucial for enhancing operational capabilities within the GLCA, and it is designated as a 100% Small Business Set Aside, encouraging participation from small businesses. Interested parties must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Donald Tremble at donaldtremble@nps.gov or call 720-450-1198. The project budget is under $25,000, and compliance with federal contracting regulations, including registration with the System for Award Management (SAM), is required.
    56--Gravel for Sacramento NWRC
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the supply and delivery of gravel and riprap materials for the Sacramento National Wildlife Refuge, under solicitation number 140FGA25Q0009. The procurement includes a base requirement for 550 tons of ¾ AB gravel, 2,000 tons of 18” minus riprap, and 2,000 tons of 1 ½” AB gravel, with options for additional quantities, all aimed at enhancing water control structures and stabilizing banks within the refuge. This initiative underscores the importance of maintaining environmental infrastructure while engaging small business vendors, as the contract is set aside for total small business participation. Quotations must be submitted by March 26, 2025, with a performance period expected to commence 30 days post-award, and interested parties can contact Justine Coleman at justinepasiecnik@fws.gov or by phone at 413-253-8287 for further details.
    CARE 2024 FORD RAPTOR (F-150) LE UPFIT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotes for the upfitting of a 2024 Ford Raptor (F-150) law enforcement vehicle at Capitol Reef National Park in Utah. The project involves the installation of essential equipment such as emergency lighting, sirens, and radio systems, with a focus on adhering to high installation standards and maintaining vehicle integrity. This initiative is part of a broader effort to enhance law enforcement capabilities within the park, ensuring compliance with federal procurement processes while promoting small business participation. Interested vendors must submit their quotes by March 14, 2025, and can contact Luke Bowman at lukebowman@nps.gov or 928-638-7363 for further information.
    56--VA CHINCOTEAGUE NWR ASHPALT MATERIALS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide asphalt materials for the Chincoteague National Wildlife Refuge, with a contract performance period from April 1, 2025, to June 30, 2025. The procurement includes the delivery of various construction materials such as asphalt tack coat, base and top course materials, and other essential supplies, all of which must comply with Virginia Department of Transportation standards. This initiative is crucial for maintaining the infrastructure of protected lands and ensuring compliance with federal regulations. Interested vendors must submit their quotations by March 21, 2025, and can direct inquiries to Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387.
    Z--ULSG Missouri - PAINT EXTERIOR OF VISITOR CENTER
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the exterior painting of the Visitor Center at the Ulysses S. Grant National Historic Site in St. Louis, MO. The project entails comprehensive painting of approximately 8,000 square feet of siding, 6 exterior doors, and 320 linear feet of metal gutters, particularly focusing on areas that have not been painted since 2004. This contract, valued between $25,000 and $100,000, is set aside exclusively for Total Small Businesses under NAICS code 238320, with a size standard of $19 million, and is expected to be awarded by early May 2025, with work commencing the same month. Interested bidders are encouraged to attend a site visit to fully understand the project requirements, and must have a UEI number and be registered in SAM to qualify. For inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    P--VOYA RLVC Wastewater Mound System Removal
    Buyer not available
    The National Park Service is preparing to issue a Request for Quote (RFQ) for the removal of the Rainy Lake Visitor Center Wastewater Mound System at Voyageurs National Park in Koochiching County, MN. The project involves the complete removal of an unused mound wastewater system, including concrete lined filters, a distribution manhole, and a sand filter mound, with the existing materials repurposed for fill and grading. This firm-fixed price contract, estimated to range between $100,000 and $250,000, is expected to be awarded around February 2025, with a site visit to be announced in the solicitation. Interested contractors must have a UEI number and be registered in the System for Award Management (SAM) by the RFQ close date; for further inquiries, contact Jordan Ellis at jordanellis@nps.gov.
    Installation of Emergency Equipment in GSA NPS Veh
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking a qualified vendor to install emergency equipment in two newly acquired Ford Expeditions for the Southeast Arizona Group. The project involves the installation of mobile radios, radar systems, light bars, sirens, and other law enforcement equipment, enhancing the vehicles' emergency response capabilities. This procurement is crucial for ensuring the safety and readiness of law enforcement operations within national parks, reflecting the government's commitment to modernizing its emergency response resources. Interested vendors must submit their quotes by email by the specified deadline, and inquiries can be directed to Donald Tremble at donaldtremble@nps.gov or by phone at 720-450-1198. The period of performance for the project is set from March 14, 2025, to July 1, 2025, and this opportunity is designated as a Total Small Business Set-Aside under NAICS code 336320.
    MAINTAIN WASH RACK EQUIPMENT AT FORT CRONKHITE
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of wash rack equipment at Fort Cronkhite, located within the Golden Gate National Recreation Area in Marin County, California. The project involves the removal, replacement, and reinstallation of industrial water treatment equipment, including biosorb and filtration systems, as well as the replacement of damaged flooring with marine-grade materials and the application of protective coatings. This maintenance work is crucial for ensuring the operational integrity and safety of the facility, adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by 1:00 PM PDT on March 26, 2025, following a mandatory site visit on March 12, 2025. The estimated contract value ranges from $25,000 to $100,000, and inquiries can be directed to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.