R--ARSENIC REMEDIATION IN MUSEUM COLLECTION
ID: 140P5424Q0063Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTH MABO (54000)HOMESTEAD, FL, 33034, USA

NAICS

Remediation Services (562910)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking quotations for a federal contract focused on arsenic remediation in museum collections at Everglades National Park. The primary objective is to remediate approximately 85 natural history specimens contaminated with arsenic and other hazardous chemicals, addressing historical preservation practices that utilized arsenic in taxidermy. This project is critical for ensuring the safety and preservation of museum collections while adhering to the National Historic Preservation Act standards. Interested contractors must submit their quotations by September 10, 2024, and can contact Noelli Medina at Noelli_Medina@nps.gov or 470-819-0940 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details Amendment 0001 of solicitation number 140P5424Q0063, issued by the National Park Service (NPS). The main purpose of the amendment is to add Attachment 0006—Questions and Answers to the solicitation. The acknowledgment of receipt for this amendment is required prior to the specified deadline, with various methods for submission outlined, including physical and electronic options. Failure to meet the deadline may lead to the offer's rejection. The period of performance for the related contract is specified as from September 23, 2024, to March 31, 2025. This amendment is part of a formal modification process, reinforcing the need for contractors to ensure compliance with all specified amendments and conditions in ongoing contract negotiations. Overall, this document emphasizes procedural adherence, communication requirements, and contract management in the context of federal solicitations.
    The project outlined in Statement of Work PMIS 306229A focuses on the remediation of arsenic and hazardous chemical contamination in approximately 85 natural history specimens at the South Florida Collections Management Center, Everglades National Park. This initiative addresses the historical use of arsenic in taxidermy, particularly for specimens collected since the 1940s. The contractor will conduct arsenic remediation and testing for other hazardous materials on 165 additional specimens. Work involves safe handling of contaminated materials and adherence to National Park Service (NPS) standards, including environmental controls during transport and storage. Deliverables include treatment proposals, photographic documentation, and final reports, all conforming to the American Institute for Conservation guidelines. The contract emphasizes the importance of both conservation and preservation in a historic building, the Daniel Beard Research Center. Strict guidelines ensure safety, confidentiality, and accountability throughout the project, highlighting the government's commitment to preserving natural history collections while adhering to federal regulations and historical preservation acts.
    The document provides a detailed inventory of various taxidermy specimens, primarily focusing on the categorization and condition of these specimens, which include a range of bird, mammal, and reptile species. It highlights the presence of potential arsenic contamination in some specimens and indicates that certain specimens are housed in protective conditions to mitigate health risks. Each entry includes catalog numbers, specimen descriptions, dates collected, and the current status regarding visibility of particulates or plastic containment. Instances of taxidermy from different years (ranging from 1949 to recent years) reflect extensive historical data on specimen collection. This inventory serves as a crucial resource for evaluating the condition of taxidermy specimens in the context of environmental health regulations and potential remediation efforts linked to hazardous materials. The document’s structure is systematic, presenting information in a tabulated format which emphasizes clarity in inventory management. Overall, this work aligns with government requirements for tracking and maintaining biological specimens while addressing safety compliance and ongoing assessments related to arsenic levels.
    The report focuses on arsenic testing of natural history specimens at various national parks in South Florida, including the Big Cypress National Preserve and the Everglades. Conducted by Rosa Lowinger & Associates, the objective was to assess, test for arsenic contamination, and provide conservation recommendations. Historical practices involving arsenic as a preservative in taxidermy have raised safety concerns. The study involved extensive sampling from 419 specimens, with 399 tested; approximately 25% tested positive for arsenic. The report outlines a phased approach for handling and treating contaminated specimens, including isolation, cleaning, and further testing for other hazardous chemicals. Precautionary measures emphasize the risks of contact and airborne exposure to arsenic, detailing the required personal protective equipment for staff. The findings underscore the necessity for continued monitoring and testing of museum collections to ensure safety and preservation. These recommendations align with maintaining standards outlined in the National Historic Preservation Act and are crucial for managing the health risks associated with historical specimen preservation.
    The US Department of the Interior's National Park Service outlines conditions for outgoing loans of museum objects. The borrowing institution is responsible for understanding and meeting the terms of the loan agreement, which includes prohibition against third-party loans and responsibility for all costs. Loaned items cannot be used for commercial purposes without prior NPS approval and must be credited appropriately in any public display or publication. Insurance coverage for loaned items is mandatory, protecting against loss or damage, and the Borrower must maintain optimal care and environmental conditions. Items must not be altered without express consent from the lender, and any damage must be reported promptly. Access to the items is strictly regulated, requiring supervision, with the lender retaining rights for inspections and the possibility to recall items as necessary. For repository loans, specific regulations apply, including cataloging requirements and maximum loan durations. Loan extensions can be requested, but must be documented. Overall, the document emphasizes preservation, responsibility, and adherence to NPS protocols to ensure the safety and integrity of loaned items during the duration of the agreement. These guidelines underline the NPS's commitment to the proper stewardship of cultural collections in coordination with borrowing institutions.
    The document comprises a collection of government files regarding federal grants and Requests for Proposals (RFPs) at various governmental levels. The primary focus is on outlining the criteria, guidelines, and opportunities for potential applicants seeking funding or contracting opportunities from federal and state entities. Key ideas include eligibility requirements, application processes, and important deadlines that applicants must adhere to. Additionally, the document emphasizes collaboration among federal, state, and local agencies to support economic development, innovation, and community improvement through targeted funding. It addresses the importance of compliance with federal regulations and local statutes during project implementation. The structure is organized, with sections detailing specific programs and their objectives, while also highlighting the evaluation criteria that will be used to assess proposals. The consistent tone and structured format reflect a formal communication typical of government documentation aimed at ensuring clarity for potential applicants. In summary, this document serves as a comprehensive guide for entities looking to engage in federally funded projects, ensuring they are informed of the application process and compliance requirements necessary for funding and assistance.
    The document pertains to the responses to inquiries regarding the treatment of specimens at the Daniel Beard Center, focusing on the handling of arsenic-positive specimens and organic pesticide residue testing. It specifies that contractors must utilize their equipment, as Nilfisk vacuum cleaners are not provided. The amendment addresses a discrepancy in specimen numbers, confirming that 84 arsenic-positive specimens will be treated. It clarifies that pesticide residue testing should be itemized per specified groups and appropriately priced as an additive. Detailed chemical identification of residues is important for future remediations, implying that either definitive identification or classification will suffice, depending on future needs. Additionally, it confirms that positive specimens are stored in both bags and gasketed cases, with some currently in open storage. Overall, this document emphasizes the procedural aspects of specimen testing and treatment, ensuring contractors understand their responsibilities and the scope of work required.
    The National Park Service (NPS) seeks quotations for a combined synopsis and solicitation (RFQ 140P5424Q0063) to remediate arsenic and hazardous chemicals from natural history museum specimens at Everglades National Park. The project aims to award a Firm-Fixed Price Contract for remediation services over a six-month period, with a performance timeline from September 23, 2024, to March 31, 2025. Interested parties must submit quotations by September 10, 2024, and include a completed SF18 form, a price breakdown, and relevant certifications. Companies must ensure compliance with FAR regulations and be self-certified under NAICS 562910. The evaluation will consider past performance, technical capability, and pricing. Key tasks include developing a preliminary treatment plan, transportation of specimens, and conducting remediation efforts on identified contaminants. This RFQ is not set aside for small businesses, and successful quotations must adhere to applicable labor standards and insurance requirements. The document details procedures for inquiries, submission guidelines, and evaluation criteria necessary for interested contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    EDIS HURR. IDA STABILIZE DAMAGED BOOKS
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the stabilization of books and archival documents damaged by Hurricane Ida at the Thomas Edison National Historical Park. The project involves the professional conservation of approximately 108 water-damaged items, requiring a qualified conservator to perform drying, cleaning, and stabilization, while documenting the restoration process with Treatment Reports and digital images. This initiative is crucial for preserving historical artifacts and ensuring compliance with safety and regulatory standards following natural disasters. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by September 18, 2024, with a performance period from October 1, 2024, to September 30, 2025. For further inquiries, contact Nathan Jones at nathanajones@nps.gov or call 617-913-8870.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    F--Abatement Services - MA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for abatement and asbestos removal services at the Parker River National Wildlife Refuge in Newburyport, Massachusetts. The primary objective is to safely remove all asbestos-containing materials from "The Pink House," a 1,512 sq ft structure, with a target completion date of December 31, 2024. This project is crucial for ensuring environmental safety and compliance with federal and state regulations regarding hazardous materials, particularly in protecting public health and wildlife resources. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024. Interested contractors can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@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.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a project involving the exterior painting and application of fire retardant to roofs at Lassen Volcanic National Park. The scope of work includes painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to approximately 34,000 square feet of shake shingles on 19 historic structures. This initiative is crucial for preserving the park's historical integrity while ensuring compliance with federal safety and environmental standards. Interested small businesses must submit their quotes electronically by 3 PM PDT on September 18, 2024, with an estimated contract value between $100,000 and $250,000. For further inquiries, contact Phaedra Fuller at PhaedraFuller@nps.gov or by phone at 360-565-3009.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    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.
    B--BUENOS AIRES NWR AZ HABS and Demo Monitoring
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for HABS Level II documentation and archaeological monitoring services related to the demolition of the Existing Administration Building at the Buenos Aires National Wildlife Refuge (NWR) in Arizona. The project aims to ensure proper documentation and monitoring to mitigate adverse effects on cultural resources during the demolition process, which is scheduled to take place from October 1, 2024, to August 31, 2025. This initiative is significant for preserving historical integrity within a federally designated wildlife refuge, emphasizing the importance of compliance with federal and state regulations. Interested small businesses must submit their quotations by September 18, 2024, and can contact Johnny Luang-Khot at johnnyluang-khot@fws.gov for further information.