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
    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
    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
    Similar Opportunities
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified contractors to provide cultural resource technical services across various locations in Hawaii, the Western Pacific, and Asia. The procurement involves a Multiple Award Contract (MAC) with an aggregate value of up to $70 million, divided into an Unrestricted Division for Japanese-funded projects and a Small Business Set-Aside (SBSA) Division for U.S.-funded projects, focusing on archaeological surveys, data recovery, and historic preservation efforts. These services are critical for supporting military initiatives, including the Guam military relocation and compliance with federal regulations regarding cultural resources. Interested parties must submit proposals by January 6, 2026, and can direct inquiries to Kylee Chun at kylee.k.chun.civ@us.navy.mil or Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract related to the Oil Accountability Measures at The Dalles Dam in Oregon. The project aims to enhance the monitoring and accountability of approximately 400,000 gallons of oil at the dam, improving the detection of leaks and compliance with environmental policies as stipulated in a settlement agreement with Columbia Riverkeepers. This initiative is crucial for minimizing potential oil releases into the Columbia River and ensuring the operational integrity of the dam's equipment. Proposals are due by January 15, 2026, with a mandatory site visit scheduled for December 3, 2025. Interested contractors can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project involves dredging the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This maintenance is crucial for ensuring safe navigation in an area known for its significant hazards, including shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work anticipated to begin in summer 2026. For further details, including submission instructions, bidders can contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    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.
    Q--Notice intent to Sole Source - WILDLIFE DISEASE
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, intends to award a sole source contract to the University of Georgia for wildlife disease diagnostics and related investigations over a five-year period. This contract is crucial as the University of Georgia's Southeastern Cooperative Wildlife Disease Study (SCWDS) offers unique expertise and comprehensive services that are not replicated by any other institution in the southeastern United States, making it essential for supporting state and federal wildlife agencies. Interested parties who disagree with this sole source determination may submit their capabilities for consideration, with responses due by 10:00 AM Pacific Time on December 23, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
    USDA NRCS SOURCES SOUGHT SYNOPSIS for CULTURAL RESOURCES SITE INVESTIGATIONS FOR MASSACHUSETTS
    Agriculture, Department Of
    The U.S. Department of Agriculture's Natural Resources Conservation Service (NRCS) is seeking qualified large and small businesses to provide cultural resources site investigations and management services in Massachusetts through a non-personal services Blanket Purchase Agreement (BPA). The procurement aims to identify firms capable of conducting archaeological services, including background research, architectural reviews, and Phase 1A and Phase 1B surveys, in compliance with federal and state historic preservation acts. This initiative is crucial for ensuring adherence to cultural resource management standards and guidelines, with an estimated performance period of five years starting February 23, 2026. Interested firms must submit their contact information, SAM.GOV UEI, GSA Schedule Number (if applicable), small business status, and a statement of interest to Crystina Lopez and Shermeka Showers via email by January 9, 2026, at 5 PM EST.
    Sole Source Notice - Development and Maintenance of an Aged Rodent Tissue Bank
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source modification to the University of Washington for the development and maintenance of an Aged Rodent Tissue Bank (ARTB). This modification aims to extend the contract period by 12 months, allowing for the continued collection, storage, and distribution of biospecimens from aged rodent colonies, which is critical for supporting the National Institute on Aging's mission. The services provided under this contract are essential for ongoing research and development in health-related fields, ensuring that there is no interruption in these vital services. Interested parties may express their interest and capability to fulfill this requirement within 30 days of this notice, and should direct inquiries to Robert Bailey at rob.bailey@nih.gov or Brian O'Laughlin at olaughlinb@nida.nih.gov.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.