EDIS HURR. IDA STABILIZE DAMAGED BOOKS
ID: 140P4524Q0069Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BOOKS, MAPS, AND OTHER PUBLICATIONS (J076)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide conservation services for approximately 108 water-damaged books and archival documents affected by Hurricane Ida. The project involves stabilization and mold abatement, requiring a qualified conservator to perform air-drying, flattening, and cleaning of the items, while adhering to federal regulations and National Park Service guidelines. This initiative is crucial for preserving historical artifacts and ensuring responsible handling of cultural heritage materials. Interested contractors must submit their proposals by September 11, 2024, with an estimated project budget ranging from $100,000 to $250,000. For further inquiries, contact Nathan Jones at nathan_a_jones@nps.gov or call 617-913-8870.

    Point(s) of Contact
    Files
    Title
    Posted
    The Thomas Edison National Historical Park (TENHP) is commissioning a project to treat approximately 108 water-damaged books and archival documents impacted by Hurricane Ida in 2021 through a task order aimed at mold abatement and stabilization. A qualified conservator will conduct air-drying, flattening, and cleaning of the items stored in freezer chests to prevent further deterioration. Treatment reports detailing the condition and processes of each artifact will be created and filed under NPS guidelines. The conservator is also tasked with transporting artifacts while ensuring they remain frozen, with associated shipping costs capped at $5,500. The project aims to enhance the preservation of TENHP's collections, providing documentation and expert advice on conservation practices to park staff. The performance period is set for one year, requiring compliance with federal regulations and meeting regular schedules for on-site assessments. The conservator must additionally present previous work examples and maintain adherence to OSHA guidelines while under National Park Service supervision. This initiative underscores the government's commitment to preserving historical artifacts and ensuring responsible handling of cultural heritage materials in the face of environmental challenges.
    The document outlines a Request for Quote (RFQ) for conservation art services at the Thomas Edison National Historical Park, identified as solicitation number 140P4524Q0069. This RFQ is a 100% small business set-aside under NAICS code 541990, with a response deadline of September 11, 2024. Interested parties must provide a project narrative demonstrating technical capability, along with past performance examples related to similar projects. The contract will be awarded based on a firm-fixed price, focusing on the offeror's technical capability, past performance, and price reasonableness. The period of performance is anticipated to last eight months, beginning in August 2024. Offerors must adhere to various FAR clauses and submit their quotes via email to the designated Contracting Officer, Nathan Jones. Additional requirements include active registration in the System for Award Management (SAM). The document emphasizes strict adherence to submission guidelines and the importance of complying with specific federal regulations throughout the contracting process, signifying the government’s commitment to engage small businesses while ensuring quality service delivery.
    The Past Performance Questionnaire is a standardized document utilized by contractors seeking federal government contracts, particularly in relation to the National Park Service. It captures essential information about the contractor's business, including its DUNS number, address, phone, and type of business entity. The questionnaire requires contractors to outline their experience relevant to the solicitation, specifying the duration of their work, both as prime and subcontractors, and detailing up to three projects completed in the last five years, including contract amounts and references. Further sections address previous failures to complete contracts and any completion through performance/payment bonds. A certification statement affirms the accuracy of the provided information and authorizes reference checks. The document aims to assess the contractor's past performance, qualifications, and capacity for future work, thereby facilitating informed decision-making in the procurement process. Contractors must return the completed form to the specified email address for consideration.
    The Technical Questionnaire is a critical component of the solicitation process for government contracts, requiring detailed responses from offerors. It consists of five essential questions aimed at evaluating an offeror's capability to fulfill project requirements. The first question asks for a comprehensive plan to execute the project while adhering to the statement of work, timeline, and budget constraints. The second question focuses on the offeror's relevant experience and past projects that align with the Scope of Work. The third question assesses the contractor's overall knowledge of the work required. The fourth question inquires about the equipment intended for use in task completion. Finally, the fifth question probes the contractor's strategies for ensuring the quality of their deliverables. The responses provided in this questionnaire are crucial for selection officials to determine whether the offeror is responsive and capable of successfully completing the project while meeting governmental standards. This questionnaire underscores the importance of clear, detailed answers that reflect the offeror's qualifications and approach to the work.
    The document outlines the "Register of Wage Determinations under the Service Contract Act," issued by the U.S. Department of Labor. It establishes minimum wage rates for various occupations in New Jersey as of 2024, influenced by Executive Orders 14026 and 13658. Contractors must pay covered workers at least $17.20 per hour or the appropriate higher wage rate, depending on the contract award date; lower rates apply for certain contracts awarded before January 30, 2022. Each occupation, categorized by codes, lists specific wage rates and fringe benefits. Furthermore, it addresses compliance requirements, including paid sick leave provisions under Executive Order 13706, vacation benefits, holiday entitlements, and uniform allowances. The document emphasizes the importance of adhering to wage determination rates for contract fulfillment and details the conformance process for employment roles not explicitly listed. Its purpose is to ensure fair wages and worker protections in federally contracted service jobs, especially relevant within the federal grants and RFP framework. Overall, it serves as a crucial resource for contractors to maintain compliance and uphold labor standards in government contracts.
    The document outlines the Independent Government Cost Estimate (IGCE) for a project addressing damage from Hurricane Ida, specifically focusing on the stabilization of damaged books and bound volumes. Key elements include labor categories, travel costs, materials and supplies, and overall project costs for the duration from September 16, 2024, to July 31, 2025. The table provides placeholders showing zeroes for hours, rates, and amounts across various categories like conservators and supplies, indicating that specific cost details are yet to be finalized. Additionally, it stipulates that travel costs are capped and provides guidance on what can be included in the budget, such as requirements for training under Time and Materials contracts, while disallowing general administrative costs. The document emphasizes that contractors are to recover costs included in fully burdened rates, signaling its compliance with federal procurement regulations. This IGCE serves as a foundational tool for budgeting and procurement processes related to the project, reflecting sound financial planning practices in governmental contracting.
    The document is a Request for Proposal (RFP) related to a federal acquisition, specifically addressing a contract for book stabilization treatment services within the National Park Service. The solicitation specifies that the procurement is set aside for small businesses, citing a North American Industry Classification System (NAICS) code of 541990, which covers various professional, scientific, and technical services. The estimated project budget ranges from $100,000 to $250,000, with a performance timeline commencing five days post-Notice to Proceed and concluding within one year. Registration in the System for Award Management (SAM) and adherence to Department of Labor wage rates are mandatory for bidders. Additionally, a certificate of insurance is required, and interested vendors must contact the designated Contracting Officer's Representative for a site visit. The comprehensive nature of the solicitation ensures that all qualifying businesses have the opportunity to participate, supporting the government's commitment to engage small business contractors in fulfilling its needs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    F--Mold Remediation at Fort Union, New Mexico
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for mold remediation services at a housing unit located at Fort Union National Monument in New Mexico. The primary objective is to remove toxic mold from the utility room and furnace area, which has affected two bedrooms, due to a leaking furnace gasket. This project is critical for ensuring the safety and habitability of the housing unit, with a performance period scheduled from September 20, 2024, to September 30, 2024, and a proposal submission deadline set for September 18, 2024, at 1:00 p.m. MDT. Interested contractors should contact Stacy Vallie at StacyVallie@nps.gov or call 307-344-2076 for further details.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    VAMA PREPARE LABOR AND LAND STUDY
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for a Labor and Land Study at the Vanderbilt Mansion National Historical Site. The objective of this procurement is to conduct an Ethnographic Overview and Assessment that documents the labor history and cultural landscapes associated with the site and its neighboring historic locations, focusing on the evolution of labor practices from the 18th century to 1940. This study is crucial for preserving historical narratives and integrating diverse community experiences into the management of these significant landscapes. Interested small businesses must submit their quotes by September 18, 2024, at 2:00 PM EDT, and are encouraged to contact Nathan Jones at nathanajones@nps.gov or 617-913-8870 for further information. The anticipated performance period for the contract is 12 months, and the project is set aside for small businesses under NAICS code 541720.
    C--ACAD AND SACR A&E IDIQ
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small business architectural and engineering (A&E) firms for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on providing services for Acadia National Park and St. Croix Island International Historic Site in Maine. The procurement emphasizes compliance with the Federal Acquisition Regulation (FAR) and requires firms to have licensed personnel in relevant disciplines, with key services including multi-disciplinary design, planning, construction documentation, and adherence to sustainable design principles. This contract, valued at a maximum of $10 million over its potential five-year duration, aims to enhance visitor infrastructure while ensuring environmental stewardship and cultural resource protection. Interested firms must submit their qualifications electronically by September 25, 2024, and can contact Janice Boscoe at janiceboscoe@contractor.nps.gov for further information.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.