EDIS HURR. IDA STABILIZE DAMAGED BOOKS
ID: 140P4524R0039Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)
Timeline
    Description

    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 nathan_a_jones@nps.gov or call 617-913-8870.

    Point(s) of Contact
    Files
    Title
    Posted
    The task order details a project at the Thomas Edison National Historical Park aimed at restoring approximately 108 water-damaged books, bound volumes, and archival documents due to Hurricane Ida in 2021. A qualified conservator will dry, flatten, clean, and stabilize these materials, most of which are affected by mold. The project includes the preparation of Treatment Reports with accompanying digital images to document the restoration process. The conservator will manage the transportation of artifacts while ensuring compliance with relevant regulations and safety standards. Key objectives include individual treatment of artifacts, documentation of treatments, and providing conservation advice to park staff. The contractor is responsible for all expenses, including shipping and insurance, and must demonstrate prior experience in similar conservation work. The performance period spans one year, with access to the site limited to specific hours and federal guidelines. This initiative underscores the National Park Service’s commitment to preserving historical artifacts and the importance of professional conservation following natural disasters.
    The document details a Request for Quote (RFQ) for art conservation services at the Thomas Edison National Historical Park, issued by the National Park Service. The RFQ is set for full and open competition, categorized under NAICS code 541990 for All Other Professional, Scientific, and Technical Services. Quotes are due by September 18, 2024, with a simplified acquisition process in place. The solicitation seeks a vendor to deliver a Firm Fixed Price contract over an anticipated eight-month period, commencing on August 5, 2024. Offerors must demonstrate technical capability through a project narrative, provide evidence of past performance on similar projects, and submit a separate pricing schedule. Evaluation criteria prioritize technical expertise and past success over price alone. The document outlines compliance requirements for contract terms, conditions, and representations, emphasizing contractor registration in the System for Award Management (SAM). A site visit is available for interested contractors. The solicitation underscores the government’s commitment to procure high-quality art conservation services while ensuring adherence to regulatory standards.
    The Past Performance Questionnaire serves as a crucial document for contractors responding to solicitations from the National Park Service. It gathers essential information regarding a contractor’s business type, experience, and previous project performance. Contractors must detail their business history, indicating the number of years in relevant work, experiences as prime or sub-contractors, and list up to three past projects relevant to the current solicitation, including contract amounts and references. Key sections address if the contractor has failed to complete work or relied on performance/payment bonds. The questionnaire also emphasizes certification of the accuracy of the provided information and the necessity of referencing past work. Additionally, contractors are required to include detailed descriptions of their duties in previous contracts, facilitating a thorough assessment of their qualifications for the proposed services. This documentation is critical in evaluating contractor reliability and capability, ensuring that only proficient businesses are considered for federal grants and contracts.
    This Technical Questionnaire is integral to the evaluation process for submitting proposals in response to a government Request for Proposal (RFP). It includes five key questions designed to assess an offeror's capability and preparedness to execute the project as defined in the Statement of Work, within the specified timeline and budget. 1. The first question requires a comprehensive plan detailing how the project will be completed while remaining cost-effective. 2. The second question seeks to establish the offeror's experience and relevant past project examples that align with the Scope of Work. 3. The third question examines the contractor's knowledge and understanding of the work required. 4. The fourth question inquires about the specific equipment intended for use in fulfilling the contract's tasks. 5. The final question focuses on the measures the contractor will implement to ensure high quality in project deliverables. The questionnaire emphasizes the importance of thorough and clear responses, indicating that insufficient detail may lead to disqualification from consideration for the award. This structured approach aids procurement officials in selecting the most qualified vendor for government contracts, ensuring compliance with requirements and standards.
    The document outlines the Independent Government Cost Estimate (IGCE) for a project aimed at stabilizing books and bound volumes damaged by Hurricane Ida. It presents a detailed breakdown of labor categories, associated hours, rates, and amounts, with all entries currently reflecting $0.00, indicating either an incomplete estimate or preliminary planning stage. The document specifies required travel costs, including lodging and meals, again noting $0.00 totals. Additionally, it covers the purchase of materials and supplies related to the project, emphasizing that travel, training, and other direct costs must be clearly outlined in the acquisition document. Training is limited to time and materials contracts and must pertain to mission-specific requirements, not general professional development. The structure of the document includes sections on labor costs, travel requirements, materials, and administrative costs, ultimately leading to a subtotal and an overall cost estimate period from September 16, 2024, to July 31, 2025. This estimate is critical for budgeting and planning in compliance with federal grant and RFP requirements, ensuring all costs are anticipated and appropriately accounted for in the project's execution.
    The document outlines a Request for Proposals (RFP) for the performance of professional and technical services related to the repair or alteration of real property. It emphasizes the need for the contractor to be registered in the System for Award Management (SAM) and maintain current representations and certifications. The period of performance is set from October 1, 2024, to September 30, 2025, with a notice to proceed expected within five calendar days after the award. The successful bidder is required to provide all necessary tools and labor for the Book Stabilization Treatment and must schedule a site visit with the Contracting Officer’s Representative, Dave Vago. Additionally, the solicitation includes relevant federal acquisition regulations, and there is a requirement for a certificate of insurance. Questions must be submitted in writing at least five business days before the offer due date. This RFP highlights the government's commitment to open competition and compliance with federal contracting standards and wage regulations, ensuring broad access for qualified vendors to compete in providing essential services.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CHOH FY24 HAZARD TREE MANAGEMENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking bids for the CHOH FY24 Hazard Tree Management project at the C&O Canal National Historical Park, focusing on the removal, pruning, and grinding of hazardous trees along designated sections of the towpath. The project is structured into three work packages, addressing specific milepost ranges, with a total of 632 trees identified for management to enhance visitor safety and protect the park's natural and historical resources. This initiative underscores the NPS's commitment to ecological conservation and public safety within national parks. Quotes are due by September 23, 2024, at 11:00 AM ET, and interested bidders must ensure registration in the System for Award Management (SAM) prior to submission; for further inquiries, contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or call 202-692-6060.
    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.
    SMITHSONIAN INSTITUTION -IDIQ for Packing and Shipping Museum, Archives, and Library Collections
    Active
    Smithsonian Institution
    The Smithsonian Institution is seeking experienced vendors to submit proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on packing and shipping its museum, archive, and library collections. The primary objective of this procurement is to establish a reliable framework for managing various collection-related tasks, including installation, deinstallation, research, and storage, while emphasizing sustainable practices and eco-friendly materials. This contract will be awarded for an initial term of one year, with the possibility of nine one-year extensions, and requires vendors to demonstrate recent relevant experience in handling museum-quality collections. Interested parties must submit their proposals by October 1, 2024, at 12 p.m. EST, and can direct inquiries to Debra Berke at berked@si.edu or Susan Engelhardt at engelhardts@si.edu.
    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.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "ROMO 327127 Bridge Preservation" project, aimed at performing essential preservation tasks on bridges within Rocky Mountain National Park. The project encompasses various construction activities, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is critical for maintaining infrastructure integrity and ensuring public safety while adhering to environmental preservation standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690.
    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.
    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.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.