Yakama Nation Museum and Cultural Center – 45SA11 Curation
ID: PAN25004598Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Museums (712110)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers Portland District, intends to negotiate a sole source contract with the Confederated Tribes and Bands of the Yakama Nation for the curation of archaeological collections at the Yakama Nation Museum and Cultural Center. The contract will cover ongoing curatorial services for a base year with four additional option years, ensuring the proper management and care of collections excavated from Corps lands, in compliance with various federal cultural resource laws. The Yakama Museum is uniquely qualified for this role due to its cultural expertise and established practices in managing Native American artifacts, which are critical for preserving the cultural heritage of the Yakama Nation. Interested parties may submit capability statements to the contracting officer by 10:00 AM Pacific time on April 7, 2025, with all inquiries directed to David Cook at david.m.cook@usace.army.mil and Justin Figueredo at Justin.F.Figueredo@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 4:05 PM UTC
The document addresses the Request for Proposal (RFP) PAN25004598 related to curation and collections management for the Yakama Nation Museum and Cultural Center. The primary focus is on collections management, excluding exhibition curation. A digital collections management system is already in place, negating the need for new purchases. The collection has been cataloged, numbered, and securely stored. The contractor is expected to be on-site for collection oversight, which is critical due to the cultural significance of the materials recovered from a Yakama village site. The Yakama Nation possesses unique qualifications in managing this collection, ensuring adherence to cultural standards. Additionally, Tribal staff will play an active role in the stewardship and management of the collection, including conducting annual inspections and delivering reports on collection conditions. This document highlights the importance of culturally informed management practices within federal and state/local RFPs concerning indigenous collections.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Intent to Sole Source SenyLRC
Buyer not available
The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at West Point, intends to negotiate a sole source contract with the Southeastern NY Library Resources Council for courier services related to library materials. The primary objective is to facilitate the timely delivery of library resources to the United States Military Academy (USMA) Library and other libraries within the New York Library Reference and Research Resources Council (NY3Rs) consortium, ensuring a turnaround time of 24 to 48 hours for deliveries. This service is crucial for maintaining efficient resource sharing among the 119 participating libraries, with the contract period set from July 1, 2025, to June 30, 2026. Interested parties must submit their capability statements and authorization letters by May 1, 2025, to Shawn Valastro at shawn.m.valastro.civ@army.mil.
Notice of Intent to Sole Source Frac Tank Rental to Recon Remediation & Construction Services
Buyer not available
The U.S. Army Corps of Engineers, Portland District, intends to award a sole-source contract to Recon Remediation & Construction Services for the rental of an Oil Frac Tank with spill containment. This procurement is being conducted under the authority of 15 USC § 657f and FAR 19.1406, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The equipment is crucial for operations requiring spill containment solutions, emphasizing the importance of compliance with environmental regulations. Interested parties are invited to submit capability statements and proposals to the contracting officer, Darrell Hutchens, via email at darrell.d.hutchens@usace.army.mil, by 11:00 AM Pacific Time on May 28, 2025, as no formal solicitation will be posted.
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
Natural and Cultural Resources Compliance
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract focused on Natural and Cultural Resources Compliance at Fort Campbell, Kentucky. This non-personal services contract requires the contractor to provide onsite personnel to implement various management functions related to the collection, interpretation, and reporting of resource data, ensuring compliance with federal and state regulations while supporting the installation's training mission. The services are critical for maintaining environmental compliance and sustaining the Installation Natural and Cultural Resources Program initiatives. Interested parties must submit their proposals by April 30, 2025, at 4:00 PM CT, and any questions regarding the solicitation should be directed to the primary contact, Rebecca Thompson, at rebecca.j.thompson.civ@army.mil, or the secondary contact, Relanda Young, at relanda.f.young.civ@army.mil, by April 28, 2025.
Y--Wapato Drop One Water Screens
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice for proposals from Indian-owned Small Business Economic Enterprises (ISBEEs) to undertake construction work at the Drop 1 Pumping Plant, part of the Wapato Irrigation Project near Yakima, Washington. The project involves the installation of automatic traveling water screens, gate actuators, and essential safety improvements aimed at enhancing the safety and efficiency of the irrigation water supply in the region. This initiative is crucial for modernizing vital irrigation infrastructure, with an estimated construction cost ranging from $1,000,000 to $5,000,000, and the contract will be awarded using the Lowest Price Technically Acceptable method. Proposals will be accepted approximately 30 days post-solicitation, expected around May 2, 2025, with an estimated project duration of 295 days following the notice to proceed. Interested parties must have a UEI number and be registered in the System for Award Management (SAM), and inquiries can be directed to Contract Specialist Gregory Florey or Contracting Officer William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444.
New York Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts
Buyer not available
The Smithsonian Institution is seeking qualified small business contractors for Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts to support construction needs at its facilities in the New York City area, specifically the National Museum of the American Indian and the Cooper Hewitt Design Museum. Contractors must demonstrate previous experience with similar projects valued between $1 million and $8 million and possess the capability to manage complex specifications and client engagements in historic and occupied spaces. This procurement emphasizes the importance of preserving historical sites while ensuring compliance with safety regulations throughout the construction process. Interested parties must submit inquiries by May 5, 2025, and complete their proposals by May 16, 2025; for further information, contact Chanel S. Wade at wadecs@si.edu.
GE Digital iFIX License Renewal
Buyer not available
The U.S. Army Corps of Engineers (USACE) is planning to award a sole-source contract for the renewal of the GE Digital iFIX software license, along with technical support and version upgrades. This procurement is essential for maintaining a consistent and compatible SCADA and Historian software system across various federal power plants, particularly for monitoring and controlling operations at hydropower facilities. The contract will be awarded to CB Pacific Inc., as the GE iFIX software is proprietary and critical for the existing infrastructure, ensuring seamless operation and data collection. Interested parties must submit capability statements by 3:00 PM Pacific Time on May 1, 2025, to the contracting officer, Meagan Moralez, at meagan.n.moralez@usace.army.mil, as no solicitation will be posted.
Notice of Intent to Sole Source for Biology Testing of Dredged Materials services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, New York District, intends to sole source additional Biology Testing of Dredged Materials services under Contract No. W912DS22D0002 to Aqua Survey, Inc. This procurement aims to modify the existing contract by increasing its capacity by $740,000 to accommodate an anticipated rise in sampling and testing projects over the next two years. The services include sediment and water collection, sample handling, processing, and various physical and biological analyses, which are critical for environmental assessments related to dredged materials. Interested parties may submit capability statements by 4:00 PM EST on May 12, 2025, to Mr. Mohenda Surage at Mohenda.R.Surage@usace.army.mil, as the total contract value is projected to reach $7,700,000.
National Park Service Museum Object Survey
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for a Museum Object Survey across multiple parks, specifically targeting the William Howard Taft National Historic Site and the George Rogers Clark National Historical Park. The primary objective of this procurement is to conduct a comprehensive Collection Condition Survey (CCS) to assess the condition of museum objects, which will inform conservation strategies and prioritize preservation efforts for historical collections. This survey is crucial for ensuring the long-term preservation of artifacts and enhancing future exhibit planning, with a completion deadline set for November 15, 2025. Interested small business contractors must submit their quotations, including a signed SF18 form and supporting documents, by the specified deadline, and can direct inquiries to Joseph Bac at josephbac@nps.gov or call 402-800-8733 for further information.
Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
Buyer not available
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.