FY25 CCT CURATION SERVICES
ID: 140R1725Q0046Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGRAND COULEE POWER OFFICEGRAND COULEE, WA, 99133, USA

NAICS

American Indian and Alaska Native Tribal Governments (921150)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the FY25 CCT Curation Services contract, which focuses on the management of archaeological and paleontological collections curated by the Confederated Tribes of the Colville Reservation (CCT). The contract aims to ensure the preservation, care, and accessibility of significant collections, including the Kettle Falls and D0189 collections, in compliance with federal regulations under 36 CFR 79 for museum property management. The project is scheduled to run from September 1, 2025, to August 31, 2030, with potential option years, and requires the contractor to maintain accurate records, provide secure storage, and manage NAGPRA items respectfully. Interested parties can contact Paula Gross at PGross@usbr.gov or by phone at 509-633-6132 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation is seeking proposals for the ongoing management of scientific collections, specifically archaeological and paleontological artifacts curated by the Confederated Tribes of the Colville Reservation (CCT). This contract, referred to as the FY25 CCT Curation Services, is aimed at ensuring the preservation, care, and accessibility of collections such as the Kettle Falls and D0189 collections, which are critical to federal responsibilities under 36 CFR 79 for museum property management. The CCT will perform several activities, including maintaining accurate records, providing secure storage, and conducting annual inspections of the collections. The contractor will also respond to research requests and manage activities involving Native American Graves Protection and Repatriation Act (NAGPRA) items respectfully. Moreover, the CCT is required to provide an annual report detailing actions taken regarding the collections and must ensure compliance with federal regulations. The project runs from September 1, 2025, to August 31, 2030, with the potential for multiple option years. The contract emphasizes the need for adherence to federal standards while facilitating access to collections for research and education. Continued oversight and coordination with the Bureau of Reclamation's representatives will be essential for successful execution, maintaining high performance standards throughout the contract period.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project at Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and demolition of outdated structures, with a performance period extending from August 4, 2025, to November 30, 2028. The project is critical for maintaining environmental standards and improving wastewater management within the park. Interested contractors must submit their proposals by December 18, 2025, and direct any inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Z--ORPI 240841 Replace Primary Water System for Maint
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the primary water system at Organ Pipe Cactus National Monument, specifically targeting the maintenance and housing areas. The project aims to replace aging asbestos-cement pipes and deteriorating water storage tanks, with a focus on enhancing the monument's water distribution systems and overall infrastructure. This initiative is critical for ensuring reliable water supply and compliance with safety standards, as well as improving fire flow capabilities and monitoring systems. Interested contractors should note that proposals are due by November 17, 2025, and must be submitted to the DSC Contracting Services Division in Denver, CO. For further inquiries, Brian Baugh can be contacted at brianbaugh@contractor.nps.gov.
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Z--PIPESTONE - REHAB VISITOR CENTER RESTROOMS
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a Request for Quotation (RFQ) for the remodel of restroom facilities at the Pipestone National Monument. This project aims to enhance visitor amenities by renovating the existing restrooms, which is crucial for maintaining the park's accessibility and visitor experience. The contract will be a firm-fixed price and is set aside 100% for small businesses under NAICS code 236220, with a project magnitude estimated between $100,000 and $250,000. Interested contractors should note that the formal solicitation is expected to be released around October 20, 2025, with responses due approximately 30 days later, and they must contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510 for further details.
    USACE Baker Bay CPHM Inventory and Digitization
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, intends to award a sole-source contract to The Ilwaco Heritage Foundation for the inventory and digitization of historical items related to fishing along the Lower Columbia River. This initiative is part of a Memorandum Agreement executed in 2022 and aims to preserve and enhance access to the collections housed in the Columbia Pacific Heritage Museum. Interested parties may submit a capability statement or proposal to the contracting officer, Jaren Bowman, via email at Jaren.L.Bowman@usace.army.mil, before the notice end date, although a formal solicitation will not be posted. The NAICS code for this opportunity is 712120, and the size standard is $13 million, with no set-aside for small businesses.
    R--SME PEER REVIEW - CORROSION MITIGATION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified firms to provide independent scientific reviews of Technical Memorandum 8540-2024-13, which focuses on corrosion mitigation strategies for buried metallic water pipes. The objective is to engage three Subject Matter Experts (SMEs) in corrosion engineering to evaluate the adequacy of proposed criteria for soil corrosivity and the effectiveness of methods aimed at ensuring a service life of 50 to 100 years for these pipes. This review is critical for ensuring compliance with industry standards and federal regulations, thereby enhancing decision-making regarding corrosion prevention in the Bureau's infrastructure. Interested parties must submit their responses electronically to Kelly Cook at kcook@usbr.gov by January 14, 2025, at 5:00 PM ET, and are encouraged to include relevant experience and qualifications as outlined in the attached Performance Work Statement.
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is preparing to solicit bids for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3 Horizontal Directional Drilling (HDD) construction project. This procurement, which is set aside for small businesses, involves the installation of 42-inch and 36-inch buried water pipelines in New Mexico, with an estimated contract value between $30 million and $60 million. The project is critical for enhancing water supply infrastructure in the region, and interested contractors must be registered in SAM to participate. The solicitation number 140R4026R0002 is expected to be released around October 29, 2025, with a pre-award site visit anticipated on November 5, 2025. For further inquiries, interested parties can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Y--GLCA 318876 Low Water Access Ramp at Antelope Poin
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the GLCA 318876 Low Water Access Ramp project at Antelope Point, Arizona. This federal contract aims to reconstruct and extend the Antelope Point Launch Ramp and improve associated parking facilities to accommodate historically low water levels in Lake Powell. The project is critical for enhancing access to recreational areas and ensuring safety for boaters, with a contract ceiling of approximately $76.99 million and a performance period from March 17, 2026, to August 19, 2027. Interested contractors must submit their proposals by December 1, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
    CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Replace Main Distribution System" project at Carlsbad Caverns National Park in New Mexico. This initiative aims to replace the aging water distribution system, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) agreement, with a completion timeline of 390 calendar days following the notice to proceed, and includes provisions for liquidated damages for delays. Interested contractors can reach out to Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288 for further details.