HAFC IT_ FY26 FILEMAKER SUPPORT
ID: 140P2125R0063Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide FileMaker support services under the solicitation numbered 140P2125R0063. The contract aims to secure a minimum of 220 hours of technical support and comprehensive reporting services for various Claris FileMaker Pro databases, which are critical for knowledge management and system maintenance developed over the past two decades. This procurement is essential for ensuring the integrity and functionality of existing database systems used by the Harpers Ferry Center, with an anticipated contract value of approximately $150,000. Proposals must be submitted electronically, and interested parties can contact Tavis Salas at tavis_salas@nps.gov or by phone at 240-997-5826, with the contract period running from October 1, 2025, to September 30, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive inventory of various media development tools, conservation efforts, and asset management databases primarily focused on the Willow Springs Conservation initiative. Key components include survey data, project management tools, and workflows for audio/video media development, as well as an extensive list of publications categorized by year. Several elements are marked for potential application, such as CMS for commissioned art and Historic Furnishings, indicating active or advertised features. The structure is organized by numbered items, with bold and italic notations to differentiate advertised tools from those integrated in broader applications. Overall, the document serves as a resource for understanding available tools and records that support government RFPs, grants, and local project planning efforts related to media development and conservation projects.
    The document outlines a financial breakdown associated with a government contract proposal, detailing specific budgetary components required for project execution. The key items include 450 Data Dictionary Reports, 220 units of Technical Support and Licenses, Travel for 3 personnel, and a total of 670 hours of contracted work, with unspecified unit prices and totals. The structure reflects a systematic approach to itemizing various costs, which is typical in federal Request for Proposals (RFPs) and grants. The main purpose of the document is to provide a foundational budget overview to support project planning and resource allocation for government-related initiatives. Understanding these cost elements is essential for assessing the project's viability and ensuring adequate funding is secured, thus aligning with federal and state grant requirements and facilitating transparent procurement processes.
    The document presents a justification for non-competitive procurement for the U.S. Department of the Interior/National Park Service (NPS) concerning a FileMaker Pro database development contract. It aims to provide ongoing support for an existing system used by the Harpers Ferry Center, facilitating remote and on-site services for various programs. The anticipated value of the contract is approximately $150,000. The justification cites FAR 6.302-1(a)(2), noting that only one responsible source can fulfill the agency's requirements, given the existing personnel's proficiency with FileMaker Pro and the need to maintain system integrity. The proposal follows a recommendation for a combined synopsis/solicitation to authorized vendors, ensuring somewhat competitive pricing. Market research indicated sufficient competition within a network of certified resellers. No technical barriers to competition were identified. Contracting officers confirmed the accuracy of this justification, recommending renewal of FileMaker licensing to ensure compliance and functionality of the database systems critical to the NPS.
    This document outlines a Request for Proposal (RFP) from the National Park Service (NPS) for technical support, maintenance, and reporting services for various Claris FileMaker Pro databases. The solicitation, numbered 140P2125R0063, aims to secure a contract for a minimum of 220 hours of technical support and the production of comprehensive reports, which will enhance knowledge management regarding the applications developed over the past twenty years. The NPS seeks qualified small businesses, specifically those within the Custom Computer Programming Services sector, to ensure that hosted applications are properly patched and maintained. Contractor responsibilities will include not only the technical support and documentation of database functions but also staying informed on potential migrations to future enterprise solutions. The report details need to be tailored for various stakeholders and include technical specifics essential for any future redevelopment. The contract period is set from October 1, 2025, to September 30, 2026, and includes onsite visits and involvement in troubleshooting sessions. Proposals must be submitted electronically, and all contractors must be registered in the System for Award Management (SAM). The document emphasizes compliance with federal regulations and the importance of efficient cost management throughout the project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    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.
    R--Conflict Management Services - Internal
    Buyer not available
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    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.
    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.
    R--Geospatial Support Services for OTS - DRIS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    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.
    R--National Capital Region Events Management MATOC
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to manage and plan events within the National Capital Area, including high-profile occasions such as the Cherry Blossom Festival and Independence Day Celebration. The contractor will be responsible for organizing both recurring events, like the National Symphony Orchestra concerts and the National Christmas Tree Lighting, as well as nonrecurring events that may arise throughout the year. This procurement is crucial for maintaining the cultural and community engagement that these events foster in the region. Interested small businesses are encouraged to reach out to Dianna Durbin at diannadurbin@nps.gov or call 202-619-739 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.