M--NK-KU CONTRACT FOR CURATION SERVICES
ID: 140R6024Q0094Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGREAT PLAINS REGIONAL OFFICEBILLINGS, MT, 59101, USA

NAICS

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

PSC

OPERATION OF MUSEUMS AND EXHIBITION BUILDINGS (M1JA)
Timeline
    Description

    Special Notice: Department of the Interior, Bureau of Reclamation intends to negotiate a sole source contract with the University of Kansas for long-term museum property curation services. These services are required to provide long-term curation for Reclamation owned archeological or archeologically related paleontological collections. The contract will have a base period and four option year periods. The procurement will be awarded using FAR Part 13 Simplified Acquisition Procedures, with an intended period of performance ending on September 30, 2029.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    B--Environmental and Cultural Resource Services
    Active
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE BUREAU OF RECLAMATION is seeking Environmental and Cultural Resource Services. This is a market research and planning request for information, not a solicitation for quotes, proposals, or bids. The government is looking for potential sources capable of providing these services for the Bureau of Reclamation. The primary NAICS Code for this requirement is 541620 - Environmental Consulting Services. The government is interested in both small and large businesses and is considering a five-year single award Indefinite-Delivery Indefinite-Quantity contract. Interested companies are encouraged to respond with their qualifications and capabilities. The deadline for responses is November 14, 2023.
    H--Notice of Intent to Sole Source: Montel Rack Syste
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is planning to award a sole source contract to Shelf Image, Inc. for the repair services of the Montel Rack System. This procurement falls under the NAICS Code 811310, which pertains to commercial and industrial machinery and equipment repair and maintenance, highlighting the specialized nature of the services required. The government has determined that only one responsible source can meet its needs, and the anticipated award date is September 20, 2024, with services expected to be completed within 10 days of the start date. Interested parties who believe they can fulfill the requirements must submit a capability statement by 5:00 PM EST on September 17, 2024, to Megan Swift at mswift@usbr.gov.
    Z--SFD Emergency Water Clean-up - Sole Source
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, intends to award a sole source contract for emergency water clean-up services at the Socorro Field Division office following a burst pipe incident. The procurement aims to address urgent needs for water extraction, mold mitigation, and inspections of fire suppression systems to prevent further damage and health hazards. This contract, valued at $16,246.23 for approximately 1,976.50 square feet of service, is justified under FAR 6.302-2 due to the unusual and compelling urgency of the situation. Interested parties can contact Mary Maestas at mmaestas@usbr.gov or by phone at 505-462-3581 for further details, with the estimated award date set for August 22, 2024.
    H--SFD Kenworth Transport Vehicle Repairs - Sole Source
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, intends to award a sole source contract for the repair of a 2014 Kenworth W900 Transport vehicle to Inland Kenworth, Inc. The procurement is necessitated by the urgent need for specialized repairs that can only be performed by the identified vendor, which is the sole provider within a 100-mile radius capable of addressing the specific requirements of the vehicle. The estimated cost for these repairs is $12,719, and the contract number is 140R4024P0069, with the award scheduled for September 13, 2024. Interested parties can reach out to Mary Maestas at mmaestas@usbr.gov or call 505-462-3581 for further information.
    SMITHSONIAN INSTITUTION -IDIQ for Packing and Shipping Museum, Archives, and Library Collections
    Active
    Smithsonian Institution
    The Smithsonian Institution is seeking experienced vendors to submit proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on packing and shipping its museum, archive, and library collections. The primary objective of this procurement is to establish a reliable framework for managing various collection-related tasks, including installation, deinstallation, research, and storage, while emphasizing sustainable practices and eco-friendly materials. This contract will be awarded for an initial term of one year, with the possibility of nine one-year extensions, and requires vendors to demonstrate recent relevant experience in handling museum-quality collections. Interested parties must submit their proposals by October 1, 2024, at 12 p.m. EST, and can direct inquiries to Debra Berke at berked@si.edu or Susan Engelhardt at engelhardts@si.edu.
    99--Notice of Robotic Process Automation for Closeouts
    Active
    Interior, Department Of The
    The U.S. Bureau of Reclamation, part of the Department of the Interior, is initiating a procurement process to implement Robotic Process Automation (RPA) for the closeout of specific contracts. This initiative aims to streamline the contract closeout process for contracts that have expired, are fully invoiced with a zero-dollar balance, and fall below the simplified acquisition threshold, as outlined in FAR 4.804. The use of RPA is significant for enhancing efficiency in government operations, ensuring timely closure of contracts, and maintaining accountability in federal spending. Vendors identified in the attached contract list will be notified that the RPA closeouts will commence five days following the announcement, and inquiries can be directed to Kelli Greene at KGreene@usbr.gov or by phone at 303-445-3067.
    F--HORSESHOE-CAREFREE SEISMIC HAZARD STUDY
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the Horseshoe-Carefree Seismic Hazard Study, aimed at assessing seismic risks associated with the Horseshoe and Carefree faults in central Arizona. The project requires contractors to conduct geological studies, including archaeological assessments and subsurface investigations, while adhering to federal regulations concerning cultural resource preservation. This study is crucial for ensuring the safety and integrity of nearby dams, and it involves a contract period from September 23, 2024, to September 22, 2025, with proposals due by September 17, 2024. Interested contractors can contact Savanna Manning at smanning@usbr.gov or by phone at 303-445-2432 for further details.
    C--Architect and Engineering (A&E) Indefinite Deliver
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualifications from small businesses for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Architectural and Engineering (A&E) services valued at up to $16 million over five years. The contract will support complex projects across Idaho, Oregon, Montana, Washington, and Wyoming, requiring expertise in various engineering disciplines, including architecture, hydropower, civil, mechanical, and electrical engineering. This initiative is crucial for enhancing the management and development of water resources and infrastructure projects, ensuring compliance with environmental standards. Interested firms must submit their qualifications using the SF-330 form by September 20, 2024, and can direct inquiries to Lance Fleming at lfleming@usbr.gov or by phone at 208-378-5338.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Carlsbad Field Office (CBFO), intends to award a sole source contract to DevonWay Inc. for the provision of oversight management systems that support operations at the Waste Isolation Pilot Plant (WIPP). This procurement is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements, specifically for an integrated oversight management database that enhances communication between DOE field and headquarters. Interested parties who believe they can meet these requirements are encouraged to submit a capability statement by September 23, 2024, although this announcement does not constitute an invitation for proposals. For further inquiries, interested vendors may contact Michael Johnson or Vanessa Lechon via email.
    Special Notice - Intent to Award Sole Source
    Active
    National Archives And Records Administration
    The National Archives and Records Administration (NARA) intends to award a sole source fixed-price contract to Diebold Nixdorf, Inc. for essential preventative maintenance and support services for the Charters Vaults and Integrated Automated Retraction Systems. This procurement aims to ensure the continuous operation and display of the Charters of Freedom, which are critical to NARA's mission, by providing quarterly maintenance, emergency services, and optional upgrades. The contract, structured for a base year with four option years, is justified under FAR Part 13 Simplified Acquisition Procedures due to the unique and proprietary nature of the systems involved. Interested parties must submit proposals by 12:00 p.m. on September 20, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Cynthia Jones at Cynthia.Jones@nara.gov or Sheila Drumheller at Sheila.Drumheller@nara.gov.