D--Museum Collection Management System
ID: 140D0425Q0092Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Other Computer Related Services (541519)

PSC

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

    The Department of the Interior is seeking to procure comprehensive support services for the Museum Collection Management System (MCMS), specifically through a sole-source contract with Gallery Systems. The primary objectives include Operations and Maintenance (O&M) services, cloud hosting, system maintenance, and data migration from a legacy system, all while ensuring compliance with FedRAMP and federal accessibility standards. This contract, valued at approximately $4.16 million, is set to span from April 2025 to March 2030, with the potential for additional option periods. Interested parties can reach out to Christopher Morningstar at CHRISTOPHER_S_MORNINGSTAR@IBC.DOI.GOV or by phone at 703-964-8444 for further details.

    Point(s) of Contact
    Morningstar, Christopher
    (703) 964-8444
    (703) 964-3678
    CHRISTOPHER_S_MORNINGSTAR@IBC.DOI.GOV
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Department of the Interior for comprehensive support services related to the Museum Collection Management System (MCMS). The primary goal is to secure Operations and Maintenance (O&M) services, including cloud hosting, system maintenance, and data migration from a legacy system. The contract will be awarded to a sole-source provider, Gallery Systems, and includes a Firm Fixed Price award type with a base period of one year and four optional extension periods. Key objectives include ensuring FedRAMP compliance, providing user training, and maintaining system usability. Moreover, the document specifies requirements for technical, security, and operational performance, detailing service level agreements, disaster recovery plans, and the integration of user authentication protocols. Conditions for accessibility align with federal laws including Section 508 to support users with disabilities. The contractor is expected to provide detailed assessments, reports, and plans ensuring transparency in operations while adhering to the NIST Risk Management Framework for federal information systems. Overall, this RFP illustrates the government’s commitment to maintaining sophisticated systems for managing museum collections efficiently and securely.
    The United States Department of the Interior seeks justification for a sole-source contract to provide ongoing technical support, training, and cloud hosting for the Museum Collection Management System (MCMS) from Gallery Systems. This action, driven by FAR 6.302, aims to continue services crucial to maintaining the existing software, which is proprietary to Gallery Systems and uniquely tailored to meet the needs of the Interior Museum Program. The estimated value of the contract is approximately $4.16 million, spanning from April 2025 to March 2030, with additional option periods. Efforts to solicit broader competition yielded no responses, underlining the necessity of this sole-source approach. Cost comparisons indicate that exploring alternative solutions would exceed $7 million, further justifying the decision to engage the current software owner directly. The document outlines compliance with federal procurement regulations and affirms that the anticipated costs will remain fair and reasonable, based on past pricing data and market research. Thus, the justification for proceeding without full and open competition is based on the unique qualifications of Gallery Systems and the inability of other potential sources to meet the stringent requirements established for the project.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    R--Federal Geographic Data Committee (FGDC) Support for Geospatial Shared Services
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking information from potential providers to support the Federal Geographic Data Committee (FGDC) in developing Geospatial Shared Services. This initiative aims to implement the National Spatial Data Infrastructure (NSDI) as mandated by the Geospatial Data Act of 2018, requiring contractors to deliver programmatic support, data management, technical implementation, and user training in cloud-based environments. Interested organizations, including businesses and nonprofits, are invited to submit their qualifications and feedback on the draft Statement of Work by February 26, 2025, as part of a market research effort leading to a multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract effective from August 16, 2025, to August 15, 2030. For further inquiries, interested parties can contact Ty Dehart at tdehart@usgs.gov.
    Photography of Fine Art Collection
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a contractor to provide professional photography and digital imaging services for the National Museum of the Marine Corps' extensive fine art collection, which comprises over 13,000 artworks. The contractor will be responsible for photographing, scanning, and creating reproductions of fragile artwork while adhering to archival quality standards, with deliverables including high-resolution digital images and proof prints to be provided within ten days post-session. This procurement is crucial for preserving the museum's artistic heritage and facilitating research and public access to its collection. Interested parties should contact Molly Henderson at molly.henderson@usmc.mil or call 703-784-3537 for further details regarding this five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract opportunity.
    D--REQUEST FOR INFORMATION-IBC DATAMART ARCHIVING
    Buyer not available
    The Department of the Interior, through its Interior Business Center (IBC), has issued a Request for Information (RFI) regarding the development of an archiving solution for its Oracle 19c production database associated with the IBC Datamart Oracle Analytics Server (OAS) application. The RFI aims to gather insights on the advisability of creating an archive, methods for assessing its necessity, and relevant performance indicators, as the current Datamart contains approximately 6.1 TB of data spanning 30 years from the Federal Personnel Payroll System, serving around 4,000 users across federal agencies without significant performance issues. Vendors are invited to submit their capabilities, previous experiences with archiving solutions, and responses to specific questions about the benefits and challenges of implementing a data archive, with responses due by March 10, 2025. Interested parties can contact Christina Lene at christinalene@ibc.doi.gov or by phone at 571-732-2675 for further information.
    D--Request for Information (RFI) Department of the Interior (DOI), Interior Bu
    Buyer not available
    The Department of the Interior (DOI) is issuing a Request for Information (RFI) to identify potential vendors for a modern time and attendance solution aimed at enhancing its Human Resources Directorate (HRD) systems. The DOI seeks input on cloud-based, microservices architectures that can efficiently serve over 168,000 personnel across 35 federal agencies, replacing the current Quicktime system as part of its broader Human Resources Management Systems Solutions (HRMSS) modernization initiative. Vendors are encouraged to provide details on their capabilities, integration methods, and cost estimates for implementation and operational maintenance, with a focus on innovative procurement approaches to improve government efficiency. Responses are due by March 21, 2025, and interested vendors may be invited to present their solutions in April 2025; for inquiries, contact Christina Lene at christinalene@ibc.doi.gov or 571-732-2675.
    MegaVision Camera Maintenance - J&A
    Buyer not available
    The Library of Congress is seeking a contractor for the maintenance of its MegaVision hyperspectral imaging systems through a service agreement with Transcendent Imaging, LLC. The contract entails comprehensive repairs, annual preventive maintenance visits, on-site support, and training for Library personnel, ensuring the optimal functionality of both permanent and portable imaging systems used for non-destructive analysis of collection materials. This maintenance is critical for preserving the Library's collections, as the proprietary nature of the equipment necessitates specialized support from the sole provider, Transcendent Imaging. The total contract value exceeds $250,000, and interested parties can contact James Robinson at jarobinson@loc.gov for further information.
    D--Request for Information (RFI) Department of the Interior (DOI), Interior Bu
    Buyer not available
    The Department of the Interior (DOI) is seeking industry input through a Request for Information (RFI) aimed at modernizing its Time and Attendance systems within the Human Resources Directorate (HRD). The initiative focuses on identifying solutions that utilize a modern cloud-hosted, open-source architecture, leveraging microservices to enhance flexibility and scalability for over 35 federal agencies currently using the Quicktime system for time entry and payroll processing. Vendors are invited to submit corporate information and detailed responses addressing system modernization, integration capabilities, security measures, and innovative pricing structures, with responses due by March 21, 2025. Follow-up vendor presentations are scheduled for April 15-24, 2025, and interested parties can contact Christina Lene at christinalene@ibc.doi.gov or 571-732-2675 for further information.
    T--G&G Data Sole Source Redacted
    Buyer not available
    The Bureau of Ocean Energy Management, part of the Department of the Interior, is initiating a sole-source procurement for proprietary geological and geophysical (G&G) data essential for oil and gas exploration and production. This data is exclusively available to specific permit holders and cannot be competitively procured due to its unique nature, with TGS-NOPEC Geophysical Company identified as the sole vendor capable of providing it. The estimated cost for this procurement is between $15,000 and $16,000, with a performance period of 30 days following order receipt. Interested parties can reach out to William Rilee at William.Rilee@bsee.gov or by phone at 703-787-1757 for further information.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    National Museum of American History PSRP IV Collection Move
    Buyer not available
    The Smithsonian Institution is soliciting proposals for the relocation of approximately 65,000 artifacts as part of the Public Space Renewal Project IV (PSRP IV) at the National Museum of American History (NMAH). The selected contractor will be responsible for the careful packing, transportation, and storage of these diverse artifacts to the Suitland Collections Center, with a project execution period of 1,095 days starting in 2027. This initiative is crucial for preserving cultural heritage and ensuring the safe management of significant historical items, emphasizing the need for contractors with experience in handling museum collections and adherence to sustainable practices. Proposals must be submitted electronically by March 19, 2025, with a pre-bid site tour scheduled for February 5, 2025, and inquiries due by February 21, 2025. Interested parties can contact Virginia Chan at Chanvc@si.edu for further information.
    J--Special Notice of Intent to Sole Source Award
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, has issued a special notice of intent to award a sole source contract for security systems services. The procurement aims to address maintenance, repair, and rebuilding of alarm, signal, and security detection systems, which are critical for ensuring the safety and security of federal facilities and wildlife resources. Interested parties can reach out to Lorenzo Aragon at lorenzoaragon@fws.gov or by phone at 505-248-6627 for further details regarding this opportunity.