R--HAFC_PECO_WAYSIDE_Exhibit Planning & Design
ID: 140P2124R0085Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Other Specialized Design Services (541490)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting proposals for planning and design services for nine wayside exhibits at Pecos National Historical Park in New Mexico. The objective is to create comprehensive designs that enhance visitor engagement by providing updated content, ensuring accessibility compliance, and integrating contemporary perspectives into the exhibits. These wayside exhibits are crucial for educating the public about the park's historical significance and promoting responsible visitor behavior while preserving ecological integrity. Proposals are due by September 16, 2024, with a pre-submission question period ending on August 28, 2024. Interested parties can contact Sheila Spring at Sheila_Spring@nps.gov or by phone at 304-535-6239 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for the design, fabrication, and installation of wayside exhibits for the National Park Service (NPS). It details definitions, general specifications, and processes involved in creating accessible and interpretive outdoor exhibits that facilitate visitor engagement with park resources. Key elements include requirements for universal design, accessibility under federal laws, and the incorporation of tactile and audio descriptions. The planning phases consist of a pre-proposal gathering site information, developing detailed wayside proposals, and ensuring compliance with various regulations, including the Architectural Barriers Act and the National Historic Preservation Act. Contractors are instructed to follow specific content, design guidelines, and review procedures to enhance the interpretive experience while prioritizing durability and maintenance of exhibit elements. The document serves as a comprehensive guide for stakeholders involved in the production of wayside exhibits, promoting effective communication of park narratives and ensuring inclusivity for all visitors.
    The document outlines the Programmatic Accessibility Guidelines for the National Park Service (NPS) interpretive media, emphasizing compliance with the Rehabilitation Act of 1973 to ensure all visitors, regardless of disability, have equal access to interpretive media. It details responsibilities of superintendents and the Harpers Ferry Center in creating accessible programs and facilities. Key components include interpretive planning, budget considerations, evaluations, and various media types, including audiovisual, exhibits, and publications. For audiovisual programs, requirements include open captions, audio descriptions, and assistive listening systems. Exhibit guidelines address mobility, visual accessibility, signage, and tactile elements, ensuring varied learning styles are supported. The principles of Universal Design are highlighted, promoting equitable experiences regardless of ability. The document also serves as a resource for NPS employees and contractors, detailing regulatory standards and best practices to guide their development of accessible content. Its comprehensive nature underscores the commitment of the NPS to create inclusive environmental experiences at national parks. These guidelines are vital for any federal grant or proposal related to park accessibility projects.
    The National Park Service's Wayside Guide, issued by the Harpers Ferry Center, provides a comprehensive framework for developing outdoor interpretive exhibits known as waysides. The guide emphasizes best practices for park managers, media specialists, and contractors to ensure effective project execution, covering project planning, design, writing, and production. It is divided into three main sections: an overview of waysides and their effectiveness, the development process for designing and writing exhibits, and details on production and maintenance elements. The guide outlines factors for successful waysides, such as site-specific features, compelling graphics, visitor accessibility, and ongoing maintenance. It also advises park managers to engage with foundational documents, assign project leads, and ensure compliance with accessibility standards. The guide promotes structured teamwork and efficient project management to minimize delays and enhance visitor engagement. Overall, this document serves as a vital resource for government RFPs and grants related to park interpretive projects, ensuring the preservation of cultural narratives while enhancing visitor experiences through well-designed outdoor exhibits. It underscores the importance of quality interpretive media in fostering visitor connection to landscapes and stories within national parks.
    The National Park Service (NPS) proposes the design and installation of various wayside exhibits at Assateague Island National Seashore based on findings from a 2018 site visit. The project includes 29 low-profile and 6 upright exhibits, alongside directional signs, utilizing gel-coated fiberglass panels. Accessibility for all visitors is emphasized, adhering to standards from the Americans with Disabilities Act and employing universal design principles. Recommended content covers ecological themes such as island dynamics, coastal ecology, and historical narratives, addressing both the natural environment and visitor interactions with wildlife. Notably, exhibits will incorporate tactile elements for sensory engagement and provide audio descriptions. Specific suggestions include relocating exhibits based on potential closures of visitor centers and discontinuing non-maintained exhibits in Ocean City. The document outlines thorough guidelines for installation height and viewing angles to ensure inclusivity, as well as suggested enhancements such as digital content on the park’s website. The proposal reflects an overarching goal to enrich visitor education and experience while preserving the integrity of the natural and cultural heritage of Assateague Island.
    The document details the project for the "Wayside Exhibit Planning, Design, and Production" at Joshua Tree National Park, spearheaded by project professionals Regine Kennedy, Steve Boyd-Smith, and Andrew Devich. The proposal outlines the creation of an exhibit intended to provide essential information for trail users, particularly regarding equestrian trails, including safety guidelines, trail regulations, and preparation tips for visitors. The purpose focuses on promoting responsible usage of trails while emphasizing conservation practices through "Leave No Trace" principles. The project includes cost estimations for various panel orders, indicating budgetary considerations such as a base price of $650 and a panel price of $173. The report also discusses specific content to be included in the exhibits, such as graphics, photographs, and textual information on horse riding regulations, trail safety, and environmentally friendly practices. Additionally, there are references to required materials and structural elements for the installation. Overall, this document serves as a comprehensive outline for the project aligned with federal and state compliance requirements, aiming to enhance visitor experience and uphold ecological integrity within the park environment.
    The "Intellectual Property Guidelines for Harpers Ferry Center Interpretive Media" provides comprehensive guidance on handling intellectual property (IP) issues in creating governmental interpretive media. The document covers various aspects of IP, including copyright, patents, trademarks, and trade secrets, with an emphasis on contracts with external vendors. Key topics include the rights granted under U.S. copyright law, the contractor's role in IP creation, and procedures for acquiring use rights for copyrighted works. It highlights the significance of licensing agreements, specifying terms for the government’s use of proprietary materials, and ensures that contracts protect the rights of both the government and contractors. The guidelines stress the necessity of clear contract terms to prevent ownership and licensing disputes and outline specific clauses within the Federal Acquisition Regulation (FAR) that dictate data rights. Furthermore, the document addresses unique considerations related to computer software and open-source practices in the context of government use. These guidelines aim to promote understanding and compliance with intellectual property laws, facilitating effective contract management in government RFPs and grants.
    The "Wayside Exhibit Map Standards" document by the National Park Service (NPS) provides guidelines for creating consistent wayside maps across national parks. Its main purpose is to establish a standard approach for maps used within the parks, ensuring that they effectively assist visitors in orientation and understanding the landscape. The document emphasizes the unique requirements of wayside maps, such as being site-specific and prioritizing essential information since they are intended for immediate use by pedestrian visitors. Key components include planning and design guidelines that suggest how to orient maps based on the viewing context, production requirements ensuring map accuracy from reliable geospatial sources, and specifications for graphic elements like typography and scaling. Additionally, the document covers the use of geospatial data and outlines distinctions in map types—such as base maps, thematic maps, and tactile maps—highlighting the importance of accessibility and clarity. This document is relevant for government RFPs and grants as it aids in maintaining quality and consistent communication in public information services, enhancing visitor experience and park engagement through effective cartographic representation.
    The National Park Service (NPS) Visitor Information Sign System (VIS) and Wayside Hardware Specification Manual serves as a comprehensive guide for the design, fabrication, and installation of visitor information signs across national parks. The VIS system includes a range of sign types, including Trail Signs, Wall Mounts, Low Profile Signs, and Uprights, tailored to effectively communicate safety warnings, park regulations, and general information to visitors. The manual outlines various components such as hardware assembly options, durable materials like weathering steel and aluminum, and diverse panel sizes to meet specific site conditions. It emphasizes the importance of a coherent and consistent information delivery mechanism, helping visitors navigate parks efficiently. The document also details installation methods and mounting options to cater to different environmental challenges, reinforcing the NPS's commitment to both functionality and durability in park signage. By providing guidelines for sign specifications, the manual facilitates collaboration among park employees, contractors, and state agencies, ensuring transparency and adherence to standardized practices.
    The document outlines the "Wayside Exhibit Revised Final Plan" for Assateague Island National Seashore by the National Park Service, detailing strategies to educate the public on the area's ecology, wildlife, and historical significance. Key sections emphasize responsible behavior for visitors to protect the environment and wildlife, particularly regarding sea turtles, coastal horses, and marine life. The text instructs on safe interactions with nature, guidelines for responsible harvesting of marine resources, and tips for observing wildlife. The plan aims to foster a deeper understanding of the island’s ecosystems, from marshes to dunes, stressing the importance of conservation and minimizing human impact. Visitors are encouraged to adhere to best practices while enjoying recreational activities like crabbing and fishing, and they are provided with safety guidelines. The historical context includes the establishment of life-saving services that once operated in the area, showcasing a blend of conservation and community engagement. Overall, the document facilitates informed recreation while prioritizing ecological integrity and historical appreciation of Assateague Island.
    The document titled "Wayside Exhibits Typographic Standards" establishes guidelines for creating visually consistent wayside exhibits for the National Park Service (NPS). It outlines the approved typefaces—NPS Rawlinson and Adobe Frutiger—and emphasizes their importance for readability and accessibility. Key aspects include ensuring legibility through appropriate font sizing, line spacing, and alignment, with an optimal line length between 10 to 15 words. The guidelines stress the avoidance of hyphenation and decorative elements, promoting a straightforward, logical design that enhances clarity. Additionally, it addresses color contrast and accessibility issues, recommending a minimum of 70% lightness difference between text and background. Special typography rules apply to foreign languages, measurements, and fractions to maintain consistency and readability. Lastly, the document includes direction on the use of punctuation and specific characters essential for languages such as Hawaiian. Overall, the guidelines serve to enhance the visual communication of the NPS while adhering to accessibility standards critical for public engagement in parks and natural areas.
    The file outlines a standardized naming and folder structure system implemented by Harpers Ferry Center (HFC) to efficiently manage digital files related to wayside exhibits, aligning with NPS records management standards. The system allows users to quickly categorize and identify files while maintaining compatibility across different projects. Key points include guidelines for naming master project folders, subfolders, and specific file types, emphasizing the avoidance of special characters and the importance of consistent unique identifiers. Additionally, HFC has established metadata standards for graphic files to include essential information like creator and copyright within the files. This organization system is designed to streamline project workflows and enhance clarity for users involved in the wayside exhibit process, making it adaptable to various phases, products, and deliverables while ensuring easy retrieval and reference to source files. This structured approach is crucial for compliance and efficacy in managing federal projects funded through RFPs and grant processes.
    The government document outlines a series of federal and local Requests for Proposals (RFPs) and grants aimed at addressing various community needs. Its primary focus centers on enhancing public services through collaborative partnerships between federal, state, and local entities. Key areas of interest include infrastructure improvements, environmental conservation, and community development initiatives. Specific proposals emphasize sustainability, targeting clean energy projects, waste management systems, and preservation of historical sites. While providing strategies for extensive assessments, the document stresses compliance with federal guidelines and regulations to ensure successful implementation of the initiatives. Funding opportunities are highlighted, aimed at bolstering local economies and improving quality of life for residents. Moreover, the document underscores the importance of adherence to plain language principles to promote clarity in communication and engagement with stakeholders. Each section is structured to facilitate understanding of grant requirements, application procedures, and evaluation criteria. Overall, this document serves as a critical resource for organizations seeking federal support to drive impactful projects that align with government objectives.
    The U.S. Department of the Interior's National Park Service (NPS) is seeking proposals for Wayside Exhibit Planning and Design Services at Pecos National Historical Park. The evaluation of contractors' past performance is a crucial part of the procurement process, guided by a Past Performance Questionnaire, which includes a Performance Rating Form and a Supplemental Comment Form. Contractors must gather and submit completed questionnaires to demonstrate their qualifications, while the NPS may independently verify the provided references. Performance ratings include three categories: Outstanding, Satisfactory, and Unsatisfactory, assessing various elements such as technical capability, understanding of requirements, timeliness, customer satisfaction, communication, and cost control. Feedback must be provided without any implication of endorsement by the Government, and contractors are prohibited from using this information for promotional purposes. The document underscores the importance of accurate assessments of past performances, which will help the NPS in selecting a suitable contractor for the project.
    The PECO Wayside Exhibit Planning and Design file outlines a federal project proposal aimed at managing the planning, design, and execution phases of wayside exhibit installations. The document includes various budget lines such as Project Management, Proposals and Layouts, Proofs/Samples/Prototypes, Display Objects, Project Closeout, and associated travel costs. Each budget category lists hours, rates, and total costs—though the recorded amounts are consistently $0.00, indicating that no financial commitments have been detailed in this file. The structure comprises distinct sections focusing on labor, materials, mark-ups, and travel expenses per task, illustrating the workflow and resource allocation necessary for project completion. Emphasis is placed on roles like Project Manager, Designer, Writer, and specialized roles for fabrication. The total expenditure at this stage remains unfilled, emphasizing planning rather than execution. This document serves as a preliminary framework for managing government-funded projects related to public exhibits, emphasizing careful detail in budgeting and team allocations for successful project development.
    The National Park Service seeks proposals for planning and design services for nine wayside exhibits at Pecos National Historical Park, New Mexico. Issued as Solicitation Number 140P2124R0085, this request is exclusively open to small businesses classified under NAICS code 541490. The contractor will create comprehensive designs, providing content updates for outdated panels, ensuring accessibility compliance, and integrating contemporary perspectives. The project encompasses collaboration with park officials, bi-weekly meetings, and regular progress reports, culminating in a firm-fixed-price contract. Proposals must detail methodologies, timelines, and pricing while adhering to guidelines set forth in multiple attachments, including accessibility norms and graphic requirements. Proposals are due by September 16, 2024, following a pre-submission question period until August 28, 2024. This RFP underscores the government’s commitment to enhancing visitor experiences and historical interpretation through well-researched, accurate, and engaging exhibit design.
    The document outlines Amendment 0002 to Solicitation Number 140P2124R0085 for Wayside Exhibit Planning and Design Services at Pecos National Historical Park. The primary purpose of this amendment is to address questions from potential bidders regarding project specifications, submission formats, travel considerations, evaluation criteria, and licensing requirements. Key points include confirmation that the scope of work only involves planning, design, and audio descriptions for nine exhibits, with manufacturing and installation managed by the client. Clarifications were also provided about the project's location, specifically that it is focused on Pecos, New Mexico, despite references to other sites in the project file. The amendment emphasizes the importance of acknowledging receipt of the amendment before the proposal deadline of September 16, 2024, to ensure compliance and consideration of offers. The period of performance for the project is set from September 26, 2024, to December 31, 2025. This document serves as an essential guide for interested contractors to understand the requirements and expectations for submitting proposals for the project as per federal RFP protocols.
    The National Park Service is soliciting proposals through Solicitation Number 140P2124R0085 for planning and design services for nine wayside exhibits at Pecos National Historical Park in New Mexico. This Request for Proposal (RFP) is designated for small business concerns and will adhere to federal regulations under FAR Part 13. Contractors must deliver detailed proposals and price quotations electronically by 10:00 AM EDT on September 16, 2024, with questions due by August 28, 2024. The exhibits are to be installed along an accessible boardwalk and must comply with specified requirements. The contract will be awarded based on best value to the government, with a firm-fixed price. Offerors must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) before contract award. All proposals must be submitted to the designated email address, and failure to adhere to submission guidelines may result in disqualification. The government does not provide paper copies or secure additional information outside of the solicitation specifics. The contract period extends from September 26, 2024, to December 31, 2025.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    PECO HVAC & Boiler Service
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for a service contract focused on HVAC and boiler maintenance at Pecos National Historical Park in New Mexico, under solicitation number 140P6424Q0090. The contract will be a firm-fixed price agreement covering a base year with the potential for four additional option years, and it requires compliance with the Service Contract Act Wage Determination for San Miguel County, NM. This procurement is crucial for ensuring the operational efficiency and safety of the park's facilities, as it encompasses routine inspections, preventative maintenance, and emergency repairs for various HVAC systems. Interested contractors must submit their proposals by September 19, 2024, at 12:00 PM EST, including a Price Schedule, evidence of technical capability, and registration in the System for Award Management. For further inquiries, contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500.
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.
    KAWW - DEVELOP COMPREHENSIVE SIGN PLAN
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the development of a Comprehensive Sign Plan for the Katahdin Woods and Waters National Monument in Maine. The objective is to create a cohesive system of identity, motorist guidance, and visitor information signs to enhance visitor orientation and communication within the park, which currently lacks sufficient signage. This initiative is crucial for improving visitor experience and safety, ensuring compliance with federal standards for accessibility and visual communication. Interested contractors must submit their proposals by September 19, 2024, with inquiries directed to Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145. The anticipated contract will be awarded as a Firm-Fixed-Price Purchase Order, with a performance period from October 1, 2024, to December 31, 2025.
    F--INDIGENOUS KNOWLEDGE PROJECT WICA/MORU
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified firms to assist in the Indigenous Knowledge Project focused on fire and resource management at Wind Cave National Park (WICA) and Mount Rushmore National Memorial (MORU) in South Dakota. The project aims to design and implement an Indigenous Knowledge-centered methodology that engages Tribal Cultural Specialists to conduct field surveys, identify culturally significant sites, and develop management strategies that respect the cultural heritage of the Tribal Nations historically associated with these areas. This initiative is crucial for enhancing the protection of culturally significant resources and ensuring that land management practices align with Indigenous perspectives, thereby fostering collaborative stewardship. Interested parties must respond to the Sources Sought notice by September 17, 2024, by submitting their capabilities to Mr. Cole Johnson at colejohnson@nps.gov.
    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.
    Y--2024 PECOS DISTRICT FENCE CONSTRUCTION
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the construction, maintenance, and removal of approximately 17.7 miles of fencing in the Pecos District, specifically across Chaves and Eddy Counties in New Mexico. The project, identified as solicitation number 140L4024R0004, requires contractors to provide all necessary labor, equipment, and materials while adhering to strict specifications and environmental regulations. This initiative is part of the federal government's commitment to maintaining and enhancing public lands, ensuring safety and operational integrity within the designated areas. Proposals are due by September 12, 2024, with an estimated contract value between $200,000 and $500,000, and interested parties should direct inquiries to the contracting officer, Ronald Shumate, at rshumate@blm.gov.
    The National Park Service (NPS) will release a prospectus on September 3, 2024, soliciting proposals to award a ten (10) year concession contract to provide guide tours of historic buildings within the Kennecott Mines National Historic Landmark.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is set to release a prospectus on September 3, 2024, inviting proposals for a ten-year concession contract to provide guided tours of historic buildings at the Kennecott Mines National Historic Landmark in Alaska. The selected contractor will be responsible for delivering engaging and informative tours that highlight the historical significance of the site, which is a key attraction within the national park system. A site visit is scheduled for September 13, 2024, at 10:00 AM, allowing interested parties to familiarize themselves with the location and requirements; registration details can be found in the prospectus available on the NPS Commercial Services website. For further inquiries, potential bidders can contact Mark Keogh at markkeogh@nps.gov or David Lucas at davidlucas@nps.gov.
    C--NORTHEAST and NATIONAL CAPITAL REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services via an Indefinite Quantity contract for various projects in the Northeast and National Capital Region. The anticipated contract will encompass a broad range of services, including historic preservation, engineering, environmental planning, and project management, with a maximum contract value of $100 million over five years. This opportunity is crucial for supporting the NPS's mission to maintain and enhance national parks and related sites, ensuring compliance with federal regulations and standards. Interested firms must demonstrate their ability to self-perform at least 50% of the work and submit their qualifications by September 17, 2024, with a solicitation expected to be released in Spring 2025. For further inquiries, contact Bai Perney at baiperney@nps.gov or call 303-987-6766.
    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.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.