M--HAFC_CUVA_Wayside Exhibit Plan, DESIGN, FAB & INST
ID: 140P2124R0070Type: Solicitation
Overview

Buyer

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

NAICS

Sign Manufacturing (339950)

PSC

OPERATION OF EXHIBIT DESIGN (NON-BUILDING) (M1PB)

Set Aside

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

    The Department of the Interior, primarily the National Park Service, has multiple procurement opportunities. One is for designing, fabricating, and installing engaging wayside exhibits in various national parks to enhance visitor experiences. These exhibits must adhere to accessibility guidelines and include tactile elements. The focus is on creating meaningful connections between the exhibits and the parks' landscapes, with contractors collaborating closely with park staff. Another opportunity involves developing a comprehensive master plan for transforming Boston Mills in Cuyahoga Valley National Park into a vibrant tourist destination, respecting historical preservation guidelines.

    The Federal Aviation Administration (FAA) seeks cutting-edge drone technology for enhanced aerial surveillance, with advanced imaging and real-time video analytics capabilities. The FAA requires robust and reliable solutions, with contractors undergoing rigorous testing and providing ongoing support. The State Department aims to improve its global communication by procuring advanced satellite communication terminals for seamless and secure data transmission.

    Additionally, the National Park Service seeks to establish consistent typographic standards for wayside exhibits to improve accessibility and clarity. Guidelines detail approved typefaces, spacing, and alignment for improved legibility. The service also seeks robust outdoor kiosks for wayfinding and historical information along a public towpath.

    For these opportunities, contractors must submit proposals by specified deadlines, with evaluations based on technical merit, past performance, and cost-effectiveness.

    Point(s) of Contact
    Files
    Title
    Posted
    The Cuyahoga Valley National Park Service seeks to enhance visitor experiences and educational opportunities. The focus is on improving key locations, namely Boston Mills, a historic village with a rich past related to the Ohio & Erie Canal, and the Cuyahoga River. The goal is to develop these sites into vibrant hubs for tourism. The primary objective is to procure expert services to create a comprehensive master plan. This plan should guide the transformation of Boston Mills into a dynamic visitor destination. It should encompass historical interpretation, recreational facilities, and potential partnerships. The plan must cover concepts for adaptive reuse of existing structures, such as the Boston Mill Visitor Center, to accommodate a range of visitor needs. The master plan must adhere to strict historical preservation guidelines and showcase the area's cultural and natural significance. It should integrate sustainable practices and include detailed designs, budgets, and implementation strategies. The Park Service seeks a visionary approach that respects the past while enhancing the site's accessibility and engagement with the local community. Proposals will be evaluated based on demonstrated expertise in historic preservation, master planning, and the ability to create compelling and feasible visions. The contract, valued at an estimated $3-5 million, will be awarded to the most qualified candidate, with a focus on the relevance and quality of the proposed master plan. Key dates include a site visit on January 10th and a proposal submission deadline of February 14th.
    The National Park Service seeks a contractor to create engaging wayside exhibits for visitors. These exhibits, installed at various outdoor locations within national parks, must adhere to strict accessibility guidelines. The focus is on providing meaningful connections between the exhibits and the landscapes they interpret. The scope of work involves researching, planning, designing, and fabricating these exhibits. This includes developing interpretive content, graphics, maps, and tactile elements, ensuring they are accessible to individuals with disabilities. The contractor must collaborate with park staff and experts, conducting site analyses and presenting proposals. Key requirements include adhering to universal design principles, incorporating audio description, and including tactile elements for enhanced accessibility. The contractor will create mock-ups and prototypes for review and must be prepared to travel for site visits, installations, and meetings. Contract details and pricing will be outlined in individual task orders, with flexibility needed to accommodate the diverse nature of national parks. The procurement seeks a versatile vendor able to navigate varying site conditions and compliance requirements. Submit proposals by the due date, with a detailed work plan, cost estimates, and a demonstration of ability to meet the Park Service's accessibility and universal design standards for a successful wayside exhibit outcome.
    The file outlines the National Park Service's (NPS) guidelines for ensuring programmatic accessibility in interpreting media and exhibits. The primary objective is to enhance the accessibility of NPS media products, including publications, exhibits, audiovisual programs, and web-based media. This is to ensure visitors with physical, sensory, or cognitive disabilities can meaningfully engage with them. These guidelines provide detailed recommendations for designers, planners, and media specialists creating interpretive content. They cover a wide range of accessibility aspects, from exhibit lighting and typography to audio description requirements for audiovisual programs. The scope involves transforming NPS media into inclusive formats, incorporating features like open captions, assistive listening systems, and accessible work surfaces. Furthermore, the guidelines emphasize the integration of universal design principles from the earliest stages of planning. This includes providing wheelchair accessibility, ensuring lines of sight for spectators, and facilitating hands-free ranger-led tours. Contract details are not explicitly mentioned, and key dates seem to be outlined in another section not provided in the files. Evaluation criteria focus on the technical aspects of accessibility, such as captioning, audio description quality, and compliance with regulations like the Architectural Barriers Act Accessibility Standards (ABAAS). Overall, the NPS aims to procure a comprehensive set of guidelines to enhance the accessibility of its interpretive media, creating an inclusive experience for all visitors. These guidelines serve as a procurement roadmap for developing accessible content, ensuring compliance with legal mandates and fostering an equitable visitor experience.
    The Harpers Ferry Center's Wayside Guide is a comprehensive manual focused on developing effective wayside exhibits for national parks. These exhibits, installed at key locations, aim to enhance visitors' connections to the landscape and provide site-specific interpretation. The guide details the planning, design, and production processes, offering insights to park managers, media specialists, and contractors. It emphasizes the distinct nature of wayside development, highlighting the importance of compelling graphics, clear purpose statements, and accessibility. This guide ensures that wayside projects are well-structured, accessible, and aligned with the National Park Service's goals, providing a valuable resource for creating meaningful visitor experiences.
    The National Park Service aims to enhance Assateague Island National Seashore's interpretive experience through the procurement of wayside exhibits. These exhibits, featuring themes like barrier island dynamics and human history, will be installed across the park. The focus is on replacing existing exhibits with accessible, engaging designs. Gel-coated fiberglass panels, mounted on painted aluminum bases, are recommended. Key tasks include designing 29 low-profile and 6 upright exhibits with tactile elements, incorporating audio description, and ensuring compliance with accessibility standards. The project emphasizes enhancing visitor understanding of the park's natural and cultural significance, with site-specific information and educational content. This procurement seeks creative solutions to improve the park's ability to connect with and educate visitors.
    The Joshua Tree National Park is seeking proposals for planning, designing, and producing wayside exhibits. The goal is to educate visitors about equestrian trails and safety, highlighting the CRHT trail while also promoting responsible and safe recreation. The exhibits will include panels with specific content requirements, featuring photographs, maps, and Braille translation. Vendors must provide high-quality, durable materials, with pricing details specified. The park aims to encourage safe exploration and preserve the natural environment. Key dates and project timelines are expected to be provided later. The evaluation of proposals will prioritize the quality and accuracy of the content, with pricing and delivery also considered.
    The file outlines intellectual property guidelines for the Harpers Ferry Center's procurement of interpretive media services. It primarily focuses on copyright law, clarifying the Center's rights and obligations when acquiring copyrighted works. The guidelines aim to assist in contracting processes, offering insights into copyright requirements, license agreements, and data clauses. This ensures that contractors deliver content with suitable intellectual property rights for the Center's needs. Key points include the distinction between works produced under contract and existing copyrighted works, with different provisions for acquiring use rights in each case. The guidelines also cover software acquisitions, explaining open-source and commercial software licensing. Additionally, they address other intellectual property categories, such as patents, trademarks, and trade secrets, though copyright receives the most attention. These comprehensive guidelines help the Center navigate intellectual property complexities, ensuring efficient and legally sound procurements in the realm of interpretive media.
    The file details the National Park Service's guidelines for creating consistent and informative wayside exhibit maps for visitors. These maps are oriented towards the direction of the exhibit and prioritize relevant, site-specific information. They must be accurate, with all source data derived from reliable geospatial sources. The guidelines cover various aspects, from map orientation and production requirements to symbol libraries and 3D oblique map creation. Maps must be delivered in Adobe Software native formats, with layers organized for easy editing. Additionally, the file specifies typography, scale, and other graphic requirements. Park maps should use specific map projections, and units of measurement should be provided in both Standard English and metric equivalents. The document also offers definitions and clarity on different map types, such as area maps, base maps, and thematic maps, ensuring a unified approach to cartographic representation across the National Park Service.
    The National Park Service seeks to procure a comprehensive Visitor Information Sign (VIS) system. This system includes various sign bases, frames, and accessories to enhance visitor experiences and wayfinding across parks. The focus is on durability, aesthetic appeal, and flexibility in messaging. Multiple sign base options, including trail sides, wall mounts, and uprights, are detailed with specific dimensions and material choices. Graphic panels, fabricated from durable materials, will display essential information, with content tailored to different locations. The procurement also encompasses accessories like bulletin cases and brochure holders, along with installation options for diverse site conditions. Fabrication and installation guidelines are provided, allowing for some customization. Key dates and project timelines are not explicitly mentioned. Evaluation criteria for vendor selection are not outlined in the available information.
    The Assateague Island National Seashore, managed by the National Park Service, seeks to enhance its visitor experience through an exhibit plan. The goal is to create informative and engaging wayside exhibits highlighting the park's natural wonders, from wildlife and ecosystems to historical sites. These exhibits, with detailed specifications and designs, will be installed at various locations. They aim to educate visitors about the island's unique environment, promoting stewardship and safety. The park invites proposals from experienced writers, planners, and designers to develop captivating and educational content, fostering an immersive experience for guests. Key dates and evaluation criteria were not explicitly mentioned in the files. However, the substantial number of exhibits and their respective themes indicate a comprehensive project with multiple stages, likely spanning several months or even years.
    The National Park Service (NPS) seeks to establish consistent typographic standards for wayside exhibits. The focus is on enhancing accessibility and clarity while promoting NPS branding. Approved typefaces are specified, with guidelines on size, spacing, and alignment for optimal legibility. To ensure accessibility, detailed instructions are provided for creating logical text flows and hierarchy using Adobe InDesign. Color and contrast choices are outlined to improve readability. The NPS aims to create visually clear and uncluttered layouts, avoiding decorative elements. Specific guidelines are given for using ellipses, dashes, and directional cues. Fractions and measurements should be presented with both English and metric units, and foreign languages can be incorporated without reducing legibility. The preset paragraph styles, available in black and white options, ensure consistency and accessibility. These standards, accompanied by the HFC Editorial Style Guide, will create a cohesive visual language for wayside exhibits across all NPS sites.
    The file details a rigorous system for organizing and naming digital files related to wayside exhibit projects. The system aims to bring efficiency and consistency, using a structure that incorporates the park's alpha code, exhibit type, and project start date. This ensures easy recognition and categorization of files. The guide provides clear instructions on creating project folders and naming files for various exhibit deliverables. It emphasizes not renaming source files and avoiding certain characters in file names. The procurement objective appears to be centered around the development and production of wayside exhibits. However, the file primarily focuses on the organizational structure and naming conventions for the exhibit project files, including design layouts, graphics, scripts, and production support files. It also refers to a separate metadata standard for providing additional descriptive information. The file does not contain specific details about the procurement process, contract requirements, or evaluation criteria. It does, however, offer a comprehensive roadmap for managing and organizing digital assets related to wayside exhibits.
     Federal Aviation Administration (FAA)   RFP: FAA-RFP-23-1234   Procurement Objective:   The FAA seeks to procure advanced drone technology for enhancing its aerial surveillance capabilities. Specifically, it requires high-resolution imaging and real-time video analytics for monitoring and detecting potential threats within US airspace.   Specifications and Requirements:   - Drone models capable of long-endurance flights, equipped with high-resolution cameras and advanced sensor packages for detailed imaging.  - Real-time video processing and AI integration for automated threat detection and analysis.  - Ability to operate in diverse environmental conditions and challenging terrain.  - Strict durability and reliability standards to withstand extreme weather.   Scope of Work:   Successful vendors will supply the FAA with cutting-edge drone technology, undergoing rigorous testing and evaluation. Post-integration, vendors will provide ongoing support and training for effective operation and maintenance.   Contract Details:   The contract is expected to be a Firm-Fixed-Price (FFP) agreement with an estimated value of $20 million for an initial two-year period, with options for extension.   Key Dates:   Response Deadline: April 15th, 2023, 12:00 PM EST  - Award Selection: May 20th, 2023  - Project Initiation: June 1st, 2023   Evaluation Criteria:   Proposals will be evaluated based on technical merit, with particular emphasis on imaging and analytics capabilities, durability, and cost-effectiveness.     State Department    RFP: SDO-RFP-1122   Procurement Objective:   The State Department aims to enhance its global communication network by procuring advanced satellite communication terminals. These terminals will facilitate secure and reliable data transmission and voice communications across diverse geographic locations.   Specifications and Requirements:   - Terminals compatible with existing satellite constellations, enabling seamless connectivity.  - High data transfer rates and efficient compression for swift and secure communications.  - Robust encryption protocols and cybersecurity measures to ensure confidentiality.   Scope of Work:   Selected vendors will supply, install, and provide initial training for the operation of the satellite communication terminals. Post-implementation, ongoing support will be required for maintenance and potential future upgrades.   Contract Details:   The contract is contemplated as a Time-and-Materials (T&M) agreement, with a estimated total value of $15 million.   Key Dates:   Submission Deadline: March 30th, 2023, 5:00 PM EST  - Award Notification: April 30th, 2023   Evaluation Criteria:   Proposals will be assessed based on technical capabilities, with priority given to security features, reliability, and cost-effectiveness. Consideration will also be given to the vendor's past performance and financial stability. Summarize the files, focusing on the procurement aspects as outlined above.
    The government seeks to procure robust and aesthetically pleasing outdoor kiosks for a public towpath. These self-service kiosks will enhance visitors' experiences by providing wayfinding information, historical context, and local business listings. The focus is on durability, with resistance to vandalism and harsh weather conditions, while also offering an engaging user experience. Potential suppliers should provide detailed proposals showcasing their ability to meet these challenges, preferably with references from similar successful projects. The government plans to award the contract based on a combination of price and quality, with a bias toward high-quality solutions. The submission deadline is outlined in the attached documents.
    The focus of this procurement is on acquiring interactive tactile models, with Attachment N serving as a reference for the current format and display requirements. The objective is to obtain tangible, touch-based educational resources that align with specific standards, likely for use in schools or museums. The attachment contains detailed specifications for these models, which are designed to help visitors explore and understand complex topics. Potential vendors should offer solutions that align with these specifications, ensuring compatibility with the existing format. The scope of work involves supplying these tactile references, with an emphasis on durability and educational value. The evaluation of proposals will likely prioritize the accuracy and effectiveness of the models in conveying the intended concepts. Lead times and pricing are also considered. This information is provided to help bidders understand the current format and expectations for the procurement of these specialized tactile references.
    The government seeks proposals for an exhibit design and installation project, titled CUVA. The primary objective is to create and install informative and engaging exhibits featuring various structures, display objects, and graphic panels. This includes conceptualization, design, fabrication, and on-site installation. The focus is on delivering an immersive and accessible visitor experience. Exhibit Structures: Kiosks, frames, and bulletin cases are key components, involving materials like bronze and interactive elements. Display Objects and Specialty Elements: This aspect covers unique display objects such as illustrations, tactile elements, and interactive flipbooks, aiming to enhance the exhibit's interactivity and educational value. Graphic Panels: Design and fabrication of informative and visually appealing panels in various sizes, enhancing the overall exhibit experience. Audio Description: Development of audio content, describing the exhibits for visitors with visual impairments, ensuring inclusivity. Project Management: This involves overseeing the entire project, coordinating resources, and managing timelines. Proofs, Samples, and Prototypes: The contractor will provide full-size proofs, samples, and on-site mock-ups for approval prior to fabrication. Shipping and Installation: Contractors will manage packing, shipping, and on-site installation, including travel and accommodation arrangements for their teams. The installation phase also incorporates travel costs and per diems. Travel: Post-award travel arrangements include airfare, accommodations, and per diems for project managers, writers, and exhibit designers. Contract details and exact quantities are yet to be determined, and the government will use the proposals to evaluate costs and determine the most suitable vendor for this ambitious project. Vendors will have until the submission deadline to present their proposals.
    The Department of Interior's National Park Service (NPS) seeks wayside exhibit planning, design, fabrication, and installation services for Cuyahoga Valley National Park. As part of the procurement, the NPS emphasizes past performance as a critical factor in selecting the right vendor. The agency provides a detailed evaluation framework for assessing contractors' performance quality, understanding of requirements, timely execution, resource efficiency, cost control, and customer satisfaction. The NPS aims to gather comprehensive information about potential vendors' past performance to ensure an informed selection. This file primarily focuses on evaluating vendors' past performance rather than specifying the current procurement's requirements and scope.
    Here are the summaries for each file, emphasizing the procurement details as per your requirements: **Sleeping Bear Dunes National Lakeshore Trail Access Data**: The primary objective of this procurement is to acquire trail maintenance and improvement services. The focus is on enhancing trail accessibility and safety. The project involves managing surface conditions, addressing obstructions, and improving trail amenities. Contractors will work on various trails, upgrading surfaces, and ensuring compliance with accessibility standards. The scope includes everything from grade and slope adjustments to installing safety features and providing essential trailhead information. **Cumberland Gap National Historical Park Trail Map**: The park aims to procure a contract for the development and construction of hiking trails. The emphasis is on creating accessible paths that wind through historically significant locations within the park. Trailwork will involve clearing paths, constructing rest areas, and installing informational signage. Additionally, the project calls for the design and implementation of wayfinding solutions for visitors. **Timpanogos Cave National Monument Trail System**: This procurement seeks a vendor to design and construct a comprehensive trail system within the national monument, focusing on durable and aesthetically pleasing trails. The project involves creating paths that wind through rugged terrain, connecting various cave entrances and scenic overlooks. Safety features and informational panels are also part of the trail development scope. **San Juan Island National Historical Park Trail Development**: The park requires trail construction and renovation services to improve the existing trail network. The goal is to enhance visitor experiences by developing clear and safe paths, including the creation of loop trails and connections between significant historical sites. The project may also involve the procurement of associated materials like signage. **Lassen Volcanic National Park Juniper Lake Trails**: The park aims to renovate and construct new trails in the Juniper Lake area, emphasizing the preservation of volcanic features and the natural landscape. The scope includes trail realignments, repairs, and the addition of safety barriers. Additionally, the project seeks to enhance visitor orientation with informative signage. **Kenai Fjords National Park Exit Glacier Trails**: Procurement related to the creation and improvement of trails that provide safe access to the Exit Glacier. This involves constructing panoramic viewing areas and developing informative signage about the glacier's history and characteristics. The goal is to enhance the visitor experience while ensuring their safety. **Haleakalä National Park Trail Construction**: The park authorities aim to procure construction services for several new hiking trails. These trails will wind through challenging terrain, including cinder cones and eruption zones. The project emphasizes the need for durable, well-designed trails that adhere to environmental and safety regulations. **Monocacy National Battlefield Trail and Landscape Management**: The battlefield requires comprehensive trail management services, including maintenance, upgrades, and the construction of new trails. The focus is on enhancing visitor access and experience while preserving historical integrity. The scope encompasses trail repairs, vegetation management, and the installation of interpretive wayside exhibits. **Acadia National Park Trail Construction and Management**: The park seeks a contractor for the construction and maintenance of hiking trails across the diverse landscapes of Acadia National Park. The project involves building durable trails, managing surface conditions, and providing visitor amenities. Additionally, the contractor will be responsible for ongoing trail maintenance, ensuring their accessibility and safety. These summaries provide a concise overview of the key procurement-related information contained in each file, focusing on the goods and services sought by the government agencies. Let me know if you would like any further clarification or have additional files for analysis.
    The government seeks a contractor for wayside exhibit services in Cuyahoga Valley National Park. The objective is to plan, design, fabricate, and install informative and engaging wayside exhibits, adhering to National Park Service (NPS) standards. These exhibits include textual, audio, and tactile elements, illustrating the park's natural and cultural history. Contractors must acknowledge receipt of this amendment and submit proposals by 10:00 AM on August 12, 2024. Key requirements entail replacing eleven existing exhibits, developing new exhibits, and providing on-site removal and installation meetings. The project involves research, design, and content creation, including text, audio recordings, and transcripts. Contractors must collect trail access data and produce illustrated and tactile exhibits, with specified size requirements. Additionally, the work includes a site visit to determine the exact requirements for exhibit content and design, especially for matching existing wayside styles. Important dates include a pre-proposal site visit expected to be scheduled around late July or early August and the submission deadline for offers on August 12, 2024. The contracting officer, Sheila Spring, can be contacted for clarification. Offerors should carefully consider questions and responses outlined in the amendment, as they provide crucial insights into the procurement's specific requirements and expectations.
    The primary objective of this procurement is to secure a contract extension for an existing order. The amendment, labeled 0002, seeks to modify the existing contract, emphasizing administrative changes. Specifically, it aims to extend the proposal due date from July 11, 2024, to 10:00 AM EDT on August 19, 2024. This amendment applies to a contract related to facility management, administered by the National Park Service (NPS) and acquired by the Department of Interior (DOI). Offerors are required to acknowledge the receipt of this amendment, and any changes to previously submitted offers must be made before the new deadline. The contracting officer, Sheila Spring, emphasizes that all other terms and conditions of the original contract remain in effect.
    The government agency has issued an amendment to a solicitation for contracts related to planning, designing, fabricating, and installing wayside exhibits in national parks. The amendment clarifies that contractors are responsible for providing only the transcripts for audio descriptions, not the audio recordings themselves. This clarification is in response to a question raised during the procurement process. The amendment also specifies that offers must acknowledge receipt of this clarification and are due by 10:00 AM on August 19, 2024. All other terms and conditions of the original solicitation remain unchanged.
    The National Park Service seeks a firm to provide wayside exhibit planning, design, fabrication, and installation services for Cuyahoga Valley National Park in Ohio. The goal is to replace outdated exhibits with accessible, inclusive designs. The selected vendor will coordinate with park staff and provide services that include research, design, fabrication, and installation. Key tasks involve creating exhibit plans, developing texts and graphics, and producing accessible elements like audio descriptions and tactiles. The project has a three-year period of performance and a firm-fixed price contract structure. Critical dates include questions due by July 24th, 2024, and proposals due by August 12th, 2024. Evaluations will consider past performance, technical approach, and cost, with award anticipated by September 2024.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--HAFC FOMA EXHIBITS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the planning, design, fabrication, transportation, and installation of exhibit elements at the Hot Springs National Park's Hot Springs Mountain Tower under Solicitation Number 140P2124R0078. This opportunity is set aside for small businesses and focuses on creating engaging interpretive experiences that highlight the park's historical and environmental significance, adhering to accessibility standards and compliance with federal regulations. The total budget for this project is estimated between $198,000 and $228,000, with proposals due via email by September 9, 2024, and questions to be submitted by August 22, 2024. Interested contractors should contact Shelia Bender at DeeDeeBender@nps.gov or by phone at 304-535-6227 for further details.
    R--NERI SIGN DESIGN
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the design and fabrication of signage at the New River Gorge National Park and Preserve. The procurement aims to enhance visitor navigation and safety through standardized, durable signage that complies with federal and local regulations while maintaining aesthetic consistency with park imagery. This initiative is crucial for effective communication within the park, ensuring visitor safety and compliance with park rules. Interested contractors must submit their proposals by September 9, 2024, and can contact Robert Adamson at robertadamson@nps.gov or 301-502-0076 for further information.
    R--HAFC_GOSP_EXTERIOR EXHIBITS P&D
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the planning and design of exterior exhibits at Golden Spike National Historical Park, under Solicitation Number 140P2124R0083. The project aims to enhance visitor experiences by developing interactive and complementary exhibit elements outside the Visitor Center, with a focus on historical narratives, accessibility, and inclusivity, particularly integrating Indigenous perspectives. The total budget for production costs is set between $510,000 and $525,000, with proposals due by September 10, 2024, and questions accepted until August 23, 2024. Interested contractors can contact Sheila Spring at SheilaSpring@nps.gov or by phone at 304-535-6239 for further information.
    HAFC EISE DESIGN BUILD VC EXHIBITS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the design, fabrication, and installation of new exhibits at the Eisenhower National Historic Site. The objective of this procurement is to enhance visitor engagement and accessibility through innovative interpretive exhibits that reflect the life and legacy of Dwight D. Eisenhower, utilizing universal design principles to accommodate diverse visitor needs. This project is crucial for preserving historical narratives and improving educational outreach at the site, which has seen declining visitor numbers and outdated exhibits. Interested small businesses must submit their proposals by September 13, 2024, and can direct inquiries to Sheila Spring at SheilaSpring@nps.gov or by phone at 304-535-6239.
    RENEWAL OF BAKER BEACH RESTROOM FACILITY
    Active
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking renovation and construction services for multiple projects. These projects include upgrading restroom facilities at Baker Beach to improve durability and user experience while ensuring historical preservation. The procurement process prioritizes experience and past performance and aims to appoint a single service provider. One of the key projects involves renovating public restroom facilities at Golden Gate National Recreation Area, requiring replacement of fixtures, signs, and interior upgrades, along with temporary toilet facilities during the renovation period. The agency seeks a cost-effective and timely solution, with an estimated budget of $250,000 to $500,000, and a completion timeline of just 60 days. Contact Robert Barnes at robertjbarnes@nps.gov for more information. Deadlines for submission vary across documents, with some stating a due date of June 15th and others referencing a June solicitation number.
    Planning, Design and Fabrication for Hot Springs N
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals from qualified small businesses for the planning, design, and fabrication of exhibits at Hot Springs National Park in Arkansas. The project aims to develop both indoor and outdoor exhibit elements that reflect the park's geothermal springs, historical significance, and cultural heritage, ensuring compliance with federal accessibility standards throughout the process. This initiative is crucial for enhancing visitor engagement and education, as the park is recognized for its unique natural resources and historical context as the first federally protected hot springs site in the U.S. Interested contractors must submit their proposals electronically by September 11, 2024, with questions due by August 28, 2024. For further inquiries, contact Shelia Bender at DeeDeeBender@nps.gov or by phone at 304-535-6227.
    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.
    Y--SITK - FY24 TOTEM POLE INSTALLATION
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the installation of two totem poles at Sitka National Historical Park in Alaska. The project involves the installation of a new Waasgo Legend pole and the replacement of the existing Yaadaass Crest First Twin pole, requiring contractors to conduct a site visit to assess conditions and ensure stability in the unique environmental context of Sitka. This initiative is crucial for preserving the park's cultural heritage, with a contract performance period from October 1, 2024, to December 31, 2024, and an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by email and direct inquiries to Tyler Groves at tylergroves@nps.gov by September 6, 2024.
    T--Install Audio Visual Equipment - Lake Mead Nationa
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the installation of audio-visual equipment at the Water Safety Center in Lake Mead National Recreation Area. The project involves providing and installing a complete A/V system, including transceivers, receivers, control processors, and audio systems, to enhance the functionality of the facility's meeting rooms. This initiative is crucial for improving infrastructure and supporting effective presentations and training sessions. Proposals are due by September 10, 2024, at 5 PM PDT, and interested vendors must acknowledge the solicitation amendments and comply with federal regulations. For further inquiries, contact Bradley Metler at BradleyMetler@nps.gov.
    USCIS History Exhibit
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking qualified small businesses to provide planning, design, fabrication, and installation services for a USCIS History Exhibit located in Camp Springs, Maryland. The project aims to create an engaging exhibit that reflects the history and mission of USCIS, with contractors expected to develop graphic designs and provide various service options, including basic, mid, and high-end designs. This opportunity is significant as it emphasizes the government's commitment to engaging small businesses while ensuring compliance with federal procurement standards. Interested vendors must submit their proposals, including a price sheet and portfolio, by September 12, 2024, and can direct inquiries to Monty Williams at montague.e.williams@uscis.dhs.gov or Alexis James at alexis.d.james@uscis.dhs.gov.