Administrative History for Congaree National Park
ID: 140P5125Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

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

    The National Park Service (NPS) is seeking qualified small businesses to provide an Administrative History for Congaree National Park in Hopkins, South Carolina. The project aims to document the park's evolution since its establishment in 1976, synthesizing historical, legislative, and management aspects, while incorporating oral histories and GIS data to enhance institutional knowledge. This initiative is crucial for informing current and future resource management and park planning, ensuring that vital historical narratives are preserved and made accessible to both park personnel and the public. Interested parties must submit their quotations by April 24, 2025, with a performance period from May 1, 2025, to April 30, 2027. For inquiries, contact Jade Bynum at jade_bynum@nps.gov or 404-507-5756.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the key components and requirements related to the development of an Administrative History for Congaree National Park by the National Park Service (NPS). Central themes include the prioritization of elements such as oral histories, GIS integration, legislative context, and climate change impacts, which will support park planning and operations. The document details the availability of internal documentation and archives, collaboration in identifying interviewees, and expectations for accessibility and inclusivity during interviews. It stresses the significance of a clear, accessible narrative tone that synthesizes academic research for a broader audience. Additionally, the contractor is responsible for managing GIS datasets and ensuring a comprehensive historical narrative that fills existing gaps, particularly regarding the park's management history. The NPS will assist in logistical arrangements and review processes, specifying timelines for feedback on deliverables. The overall goal is to create a robust historical account that contributes to both the internal knowledge of park personnel and public engagement. This initiative reflects the NPS's commitment to preserving and sharing vital historical narratives in a manner that is both inclusive and informative.
    The project aims to prepare the first Administrative History for Congaree National Park in Hopkins, South Carolina, documenting its evolution since establishment in 1976. This comprehensive narrative will synthesize historical, legislative, and management aspects to inform current and future resource management and park planning. It will include oral histories from up to 16 current and former NPS employees, archival research, and GIS data to capture institutional knowledge, which risks being lost over time. The study will fulfill NPS standards and is intended as a reference for park staff and the public, highlighting the importance of civic engagement in conservation. The contractor will deliver a report within 24 months, encompassing chapters on the park's introduction, natural and cultural settings, establishment, management practices, contributions from oral histories, cartographic analysis, and recommendations for further study. The project emphasizes accuracy, thorough research, and compliance with NPS guidelines, contributing to the historical narrative and ongoing stewardship of this significant environmental and cultural resource.
    The document is an amendment to solicitation number 140P5125Q0016 issued by the National Park Service (NPS) for the provision of Administrative History for Congaree National Park in South Carolina. It primarily serves to extend the response deadline for bids from April 18, 2025, to April 23, 2025. This procurement is specifically set aside for small businesses under NAICS code 541990, which covers various professional and technical services, with a small business revenue limit of $16.5 million. The contract is to be awarded as a Firm-Fixed Price agreement based on the best value approach without further discussions. Interested bidders must ensure active registration with the System for Award Management (SAM.gov) and must have a valid Unique Entity Identifier (UEI). Questions can be submitted via email until April 16, 2025, with responses posted in the same manner as the solicitation. The period of performance for the contract is from May 1, 2025, to April 30, 2027. Overall, this document details the procedural changes required for the solicitation process while emphasizing compliance with federal acquisition regulations and small business provisions.
    The document details the amendment to solicitation number 140P5125Q0016, related to the National Park Service’s (NPS) requirement for providing an Administrative History for Congaree National Park in South Carolina. The amendment extends the submission deadline for quotes until April 24, 2025, at 12 PM (EDT), and specifies that this solicitation is a 100% small business set-aside under NAICS code 541990, which covers all other professional, scientific, and technical services. The solicitation requests quotes without requiring a written solicitation, utilizing simplified acquisition procedures outlined in FAR 13. Interested contractors must hold an active registration with SAM.gov, self-certify as small businesses under the relevant NAICS code, and provide a valid Unique Entity Identifier (UEI). Questions regarding the solicitation must be submitted by email by 5 PM (EST) on April 16, 2025. The document emphasizes the importance of adhering to amendments for proper bid submission and highlights the significance of compliance with federal regulations. Overall, this amendment serves to clarify procedural details and ensure fair opportunity for small businesses in the contracting process.
    The document outlines a Request for Quotations (RFQ) from the National Park Service for administrative services related to the 50th Anniversary of Congaree National Park in Hopkins, SC. Issued on March 28, 2025, the solicitation seeks submissions from small businesses, specifically under NAICS code 541990. Interested parties must have an active registration in SAM.gov and must not have exclusions like federal debt or debarment. The RFQ stipulates that responses must be submitted by April 18, 2025, with a performance period from May 1, 2025, to April 30, 2027. Proposals will be evaluated based on technical capability (70%) and price (30%), with technical aspects like understanding the scope of work and past performance being notably prioritized. Award will be based on best value without discussions, emphasizing the importance of comprehensive and competitive proposals. Various regulatory clauses and certifications are included, highlighting compliance issues related to federal laws and potential contractor responsibilities. Overall, the RFQ emphasizes the government’s objective to engage qualified small businesses for its administrative needs in preserving and promoting national parks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    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.
    2026-2027 Park Attendant Hartwell Lake
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting quotes for park attendant services at Hartwell Lake for the 2026-2027 period. The contract, which is a Total Small Business Set-Aside under NAICS Code 721211, requires contractors to provide 24-hour attendant services on a four-days-on/four-days-off schedule, with duties including gatehouse operations, fee collection, and campground surveillance. The total contract value is estimated to be up to $10 million, and interested parties must submit their quotes by January 12, 2026, at 11:00 a.m. Eastern Time, to the designated contacts, Amy L. Collins and Glenda A. Canty, via email. All offerors must be registered in the System for Award Management (SAM) and meet specific requirements outlined in the solicitation documents.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 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.
    C--Sources Sought Notice
    Interior, Department Of The
    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.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    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 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.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    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.