HOUSEKEEPING AND IPM MANAGEMENT PLANS
ID: 140P5425Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Museums (712110)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Interior, through the National Park Service (NPS), is seeking proposals for the development of Integrated Pest Management (IPM) and Housekeeping Plans for museum collections and facilities at the San Juan National Historic Site in Puerto Rico. The project aims to conduct a comprehensive on-site survey of the park's historical buildings, focusing on pest management guidelines tailored to protect collections and ensure safety for visitors and staff. This initiative underscores the NPS's commitment to preserving cultural resources through sustainable management practices, with a contract period set from February 17, 2025, to February 16, 2026. Interested parties must submit their quotes by February 5, 2025, and direct any inquiries to Noelli Medina at Noelli_Medina@nps.gov by January 31, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The amendment 140P5425Q0008 pertains to the procurement of services for an on-site survey focusing on integrated pest management and housekeeping plans for the museum collections and facilities at the San Juan National Historic Site, set for a 12-month contract. The key update in this amendment includes the addition of an attachment with Q&A details and a deadline extension for submission of responses, now due by February 7, 2025, at 5:00 P.M. EST. Additionally, the previous bids due date has been changed from February 5, 2025, to the new date. The period of performance for the contract spans from February 17, 2025, to February 16, 2026. All other terms and conditions noted in the original solicitation remain unchanged. This document underscores the importance of formal acknowledgment of receipt of amendments in contract operations and highlights the ongoing commitment of the National Park Service to effectively manage its facilities and collections.
    The San Juan National Historic Site (SAJU) is undertaking a project to develop combined Housekeeping and Integrated Pest Management (IPM) Plans. The primary goal is to conduct a detailed on-site survey that assesses museum collections and facilities, focusing on storage, exhibits, and historic structures. The tailored IPM plan aims to protect collections and ensure safety for visitors and park personnel by providing pest management guidelines specific to the park's environment. Key tasks involve pre-work meetings to establish communication, an on-site inspection of collections, evaluation of current practices, and post-visit reporting. Deliverables will include a draft and final report detailing findings, recommendations, and a computerized pest monitoring database. In essence, this request for proposals emphasizes the importance of safeguarding cultural resources through enhanced housekeeping and pest control measures aligned with NPS standards. The project will involve collaboration with the NPS staff and require adherence to safety protocols while addressing the pest management needs of the park.
    The NPS Solicitation 140P5425Q0008 outlines a project aimed at implementing Integrated Pest Management (IPM) for various historical buildings within a national park, focusing on the Visitor Center Building that houses the park's collections. The document includes questions and answers regarding the project, detailing the number of buildings involved (four), the training requirements for ten staff members, and the necessity for a return site visit for engaging IPM practices and database training. A computerized monitoring database is to be developed for future pest monitoring, with a suggestion that historical data entry can be conducted by park employees post-training. The contractor's role includes presenting findings, conducting training in pest management, and ensuring both IPM and housekeeping practices are documented and interrelated. Importantly, equipment availability for training demonstrations is confirmed, and it denotes the necessity for archival-quality documentation in final report submissions. Overall, the solicitation reflects the federal government's focus on preserving cultural resources through sustainable management practices while ensuring compliance with archival standards.
    The National Park Service (NPS) is issuing Request for Quotation (RFQ) 140P5425Q0008 for integrated pest management and housekeeping plans for the museum collections and facilities at the San Juan National Historic Site, Puerto Rico. This RFQ seeks proposals from eligible sources for a 12-month contract commencing February 17, 2025, and emphasizes the importance of domestic origin for proposed supplies. Interested parties must submit quotes by February 5, 2025, with any questions directed to Noelli Medina by January 31, 2025. A site visit is scheduled for January 30, 2025, requiring RSVP by January 28, 2025. The evaluation will consider pricing, past performance, and technical capability, ensuring bidders are not excluded from federal contracts. Contractors must hold a valid Unique Entity ID and be registered in the System for Award Management. The RFQ reflects the government's commitment to safeguarding historical assets while engaging small businesses in the process. Successful quoters will be selected based on comprehensive proposals that meet the outlined requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    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.
    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.
    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.
    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.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    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.
    RFP to Lease the Farm Complex at Martin Van Buren National Historic Site
    Interior, Department Of The
    The National Park Service (NPS) is issuing a Request for Proposals (RFP) to lease the Farm Complex at the Martin Van Buren National Historic Site in Kinderhook, New York. This opportunity invites individuals or organizations to operate a commercial farm on approximately 22.4 acres, including several supporting structures, while adhering to sustainable agricultural practices and historic preservation standards. The lease emphasizes the importance of soil health and responsible farming techniques, with a maximum term of 10 years and a minimum annual rent of $24,000, subject to adjustments based on the consumer price index. Interested parties must submit their proposals electronically by February 6, 2026, and can direct inquiries to Megan O'Malley at NERMAVALeasing@NPS.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    Pest Management Services USAG Wiesbaden
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Wiesbaden, is seeking qualified contractors to provide pest management services, including both scheduled and on-demand pest control and surveillance, under a hybrid fixed price and time and materials contract. The contract will span five years, from February 2026 to January 2031, and will require the contractor to utilize an Integrated Pest Management (IPM) approach to address a variety of pests, including rodents, household insects, and public health pests, while adhering to all applicable laws and regulations. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to review the draft Performance Work Statement (PWS) attached to the solicitation, which will be issued before or after November 24, 2025. For inquiries, contact Nancy N. Tagu at nancy.n.tagu.ln@army.mil or by phone at +49 611 143 5466722.