W--SEKI: HELITACK ALTERNATE WORK SITE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, National Park Service (NPS), is soliciting quotes (RFQ) for Helitack Alternate Work Site Rental Equipment at Sequoia National Park. This Total Small Business Set-Aside opportunity requires the provision and installation of temporary office trailers, storage containers, generators, and fencing to support Helitack operations during the main Helibase reconstruction. Quotes are due by April 9, 2026, at 12:00 PM PST.
Scope of Work
The contractor shall provide all mobilization, labor, supervision, materials, equipment, transportation, site rehabilitation, clean-up, and demobilization for the alternate work site. Key requirements include:
- Temporary Facilities: Two 12'x40' office trailers (with bathrooms), one 10'x36' office trailer, and one 8'x20' storage container.
- Power & Security: A generator sufficient for the 10'x36' trailer and approximately 1100 linear feet of 6' chain-link fencing with gates to secure the Auxiliary Helispot.
- Site Management: Installation, removal, and rehabilitation of the site to its original state, minimizing environmental impact. Compliance with environmental regulations (e.g., no tree removal without NPS approval, weed-free erosion control).
- Safety & Access: Adherence to OSHA and NPS safety regulations, including a Site Health and Safety Plan (SHSP). Work within a locked NPS area requires coordination with the COR/Project Inspector and temporary vehicle passes. Wildlife protocols must be followed.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price Request for Quotation (RFQ).
- Set-Aside: Total Small Business Set-Aside (NAICS 532120, $47.0M size standard).
- Period of Performance: Planned April 1, 2026 – March 31, 2027, with target installation by April 1, 2026.
- Place of Performance: Specific GPS locations within Sequoia National Park, approximately 1/3 mile up Shepherd Saddle Road from Ash Mtn Corrals.
- Questions Due: April 2, 2026, via email to Brian Roppolo at
brian_roppolo@ios.doi.gov. - Quotes Due: April 9, 2026, at 12:00 PM PST. Only emailed proposals to
brian_roppolo@ios.doi.govwill be accepted.
Submission & Evaluation
Award will be made to the offeror providing the best value, based on a comparative evaluation of Price, Technical Capability, Prior Experience, and Delivery Timeframe. Required submissions include:
- Completed SF 18 form.
- A project narrative demonstrating how the company will meet the Statement of Work.
- A proposed delivery schedule.
- Three prior relevant project experiences.
- Acknowledge all amendments.
- Compliance with the Service Contract Act Wage Determination for Tulare County, CA.
Contact Information
Contracting Officer: Brian Roppolo (brian_roppolo@nps.gov, 206-220-4215).