HACE FY24 CONTRACT BOOK CONSERVATOR
ID: 140P4324Q0068Type: Combined Synopsis/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

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, has issued a Combined Synopsis/Solicitation notice for the procurement of a contract book conservator. This service is typically used for the preservation and conservation of books and related materials. The contract will be set aside for small businesses. The primary contact for this procurement is Mari Tolleson, who can be reached at mari_tolleson@nps.gov or 8572834598.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    VAMA PREPARE LABOR AND LAND STUDY
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for a Labor and Land Study at the Vanderbilt Mansion National Historical Site. The objective of this procurement is to conduct an Ethnographic Overview and Assessment that documents the labor history and cultural landscapes associated with the site and its neighboring historic locations, focusing on the evolution of labor practices from the 18th century to 1940. This study is crucial for preserving historical narratives and integrating diverse community experiences into the management of these significant landscapes. Interested small businesses must submit their quotes by September 18, 2024, at 2:00 PM EDT, and are encouraged to contact Nathan Jones at nathanajones@nps.gov or 617-913-8870 for further information. The anticipated performance period for the contract is 12 months, and the project is set aside for small businesses under NAICS code 541720.
    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.
    LANDS - BRVB CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking quotations for cadastral surveying services in Summerton, South Carolina, specifically for two school sites: Old Summerton High School and Old Scotts Branch High School. The project involves subdividing approximately 1.37 acres and 2.67 acres from larger parcels, requiring the contractor to confirm boundaries, mark parcel corners, and deliver both hardcopy and digital plats and legal descriptions. This initiative is part of the government's commitment to engaging small businesses, with a total small business set-aside under NAICS code 541370, and the performance period is set from September 26 to November 29, 2024. Quotations are due by 12:00 PM Eastern Time on September 19, 2024, and inquiries must be submitted by September 13, 2024; interested parties can contact Luis Cibrian at luiscibrian@nps.gov for further information.
    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.
    Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial transaction guidelines. This contract is crucial for maintaining operational efficiency and supporting conservation efforts at a site that attracts millions of visitors annually. Interested small businesses must submit their quotations electronically by October 11, 2024, and direct any questions to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    F--NOTICE OF INTENT TO AWARD SOLE SOURCE FOR Desoto NWR Bertrand Collection Museum
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the conservation of artifacts from the Bertrand Collection at DeSoto National Wildlife Refuge to the Nebraska Historical Society. This specialized museum conservation work is critical due to the fragility of the artifacts, which necessitates expertise and proximity to minimize risks associated with transportation and handling. The Nebraska Historical Society has been recognized as the only responsible source capable of performing this complex work, having established a trusted relationship with the USFWS and demonstrated consistent quality in artifact care. Interested parties may submit a statement of capabilities to Renee Babineau at reneebabineau@fws.gov, but no telephone inquiries will be accepted. The contract is expected to be awarded under the authority of FAR 6.302-1, with no competitive quotes being solicited.
    DENALI NATIONAL PARK HIGHWAY SIGNS
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking quotes for the manufacturing and installation of new highway trailhead signs at Denali National Park and Preserve in Alaska. This project aims to enhance wayfinding for visitors to the newly opened Tsenesdghaas Na’ trailhead by installing two new signs and removing existing signage, ensuring compliance with federal, state, and borough regulations. The contract will be awarded based on a Firm Fixed Price purchase order, with a performance period from September 24, 2024, to June 1, 2025, and is set aside exclusively for small businesses. Interested contractors must submit their quotes and any inquiries via email to Darcy Skinner at darcyskinner@nps.gov, and must be registered in the System for Award Management (SAM) at the time of submission.