R--HAVO Museum Collection Move
ID: 140P8224Q0012Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR HONO MABO(82000)HONOLULU, HI, 96850, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    Sources Sought Notice: Curatorial Services for Hawaii Volcanoes National Park. This notice seeks potential sources capable of providing curatorial services for the safe temporary relocation, storage, and eventual return of museum collections from the Kīlauea Visitor Center (KVC) at Hawaiʻi Volcanoes National Park (HAVO). The service is critical to protect valuable cultural artifacts during renovation works at KVC. Interested vendors specializing in the handling, moving, and storage of museum collections, including experience with artifact packing, transportation, and storage, are encouraged to contact the designated National Park Service Points of Contact for more information on how to submit their interest or proposals. The acquisition is intended as a small business set-aside, and registration in SAM.gov is required. The attached Performance Work Statement provides detailed information on the scope of services, including temporary relocation, storage requirements, and return of collections. Vendors are also encouraged to provide market research insights and capabilities to inform the acquisition strategy and ensure successful protection and preservation of the museum collections.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    PRWI Collections Condition Survey
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to conduct a Collection Condition Survey at Prince William Forest Park in Virginia, under solicitation number 140P2124Q0321. The contractor will be responsible for providing all necessary labor, materials, and equipment to complete the survey, which is scheduled to take place from September 17, 2024, to March 17, 2026. This survey is crucial for assessing the condition of collections within the park, ensuring proper management and preservation of cultural and historical resources. Interested bidders must submit their quotes by September 12, 2024, and are required to be registered in the System for Award Management (SAM) with an active status. For further inquiries, bidders can contact Jacqueline Carlisle at jacquelinecarlisle@nps.gov.
    EDIS HURR. IDA STABILIZE DAMAGED BOOKS
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide conservation services for approximately 108 water-damaged books and archival documents affected by Hurricane Ida. The project involves stabilization and mold abatement, requiring a qualified conservator to perform air-drying, flattening, and cleaning of the items, while adhering to federal regulations and National Park Service guidelines. This initiative is crucial for preserving historical artifacts and ensuring responsible handling of cultural heritage materials. Interested contractors must submit their proposals by September 11, 2024, with an estimated project budget ranging from $100,000 to $250,000. For further inquiries, contact Nathan Jones at nathanajones@nps.gov or call 617-913-8870.
    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--ARSENIC REMEDIATION IN MUSEUM COLLECTION
    Active
    Interior, Department Of The
    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 NoelliMedina@nps.gov or 470-819-0940 for further information.
    HAFE SOLID WASTE REMOVAL
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking a contractor for solid waste removal services at Harpers Ferry National Historical Park. The procurement involves a firm fixed-price contract for the provision of a 30-cubic yard uncovered roll-off container, which will be emptied every four weeks, encompassing the disposal of solid waste, including construction debris and office waste. This initiative is crucial for maintaining the park's integrity while ensuring responsible waste management practices. Interested vendors must submit their proposals by 12:00 pm Eastern Time on September 16, 2024, with all inquiries directed to the contracting officer, Tavis Salas, at tavissalas@nps.gov or by phone at 240-997-5826.
    Y--KALA 248432 construct a fuel farm and dispensing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fuel farm and dispensing system at Kalaupapa National Historical Park in Hawaii. The project entails the installation of four 5,000-gallon above-ground fuel storage tanks, a 5,000-gallon above-ground diesel tank, and associated infrastructure, including footings, a dispensing/tracking system, and electrical services. This initiative is crucial for meeting the fuel needs of the Kalaupapa settlement while ensuring compliance with safety and environmental regulations. Interested contractors must submit their proposals by September 19, 2024, with an estimated contract value between $5 million and $10 million. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
    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.
    Z--KP LIGHTHOUSE REPAIRS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the repair and restoration of the Daniel K. Inouye Kīlauea Point Lighthouse's lantern, located at the Kīlauea Point National Wildlife Refuge in Hawaii. The project requires specialized construction services to address existing leaks and corrosion, including the removal and reinstallation of the historic 2nd Order Fresnel lens, weatherproofing the lantern, and repairing ventilation mechanisms. This initiative is crucial for preserving a site listed on the National Register of Historic Places, highlighting the importance of maintaining historical landmarks while adhering to safety and environmental standards. Interested contractors must submit their proposals by the specified deadline, with an estimated project cost ranging between $1 million and $5 million. For further inquiries, contact Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    Y--HPTC SELECTIVE REPLACEMENT OF PALISADE
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the selective replacement of damaged palisade walls at Fort Vancouver National Historic Site in Washington. The project requires contractors to provide labor, materials, and equipment to replace specific components of the palisade, with a performance period of 150 calendar days following the notice to proceed. This initiative is crucial for preserving the historical integrity of the site, which is a replica of the historic Hudson Bay fort, and ensuring public safety during construction. The estimated contract value ranges from $250,000 to $500,000, and interested small businesses must submit their proposals by September 11, 2024, with a site visit scheduled for August 14, 2024. For further inquiries, contractors can contact Franklin Mahan at franklinmahan@nps.gov or by phone at 240-741-3727.