S--PACK AND STORE MUSEUM ARCHIVES AND SPECI
ID: 140P5424Q0043Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Warehousing and Storage (493190)

PSC

HOUSEKEEPING- WAREHOUSING/STORAGE (S215)

Set Aside

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

    The Department of the Interior, National Park Service (NPS) is seeking a reliable contractor to prepare, store, and transport the Everglades National Park Science Records currently located at the Daniel Beard Center. These archival records, amounting to approximately 780 linear feet, need temporary relocation while renovation work is carried out at the storage facility.

    The scope of work involves the careful preparation, transportation, and storage of these records, ensuring compliance with the stringent museum collection standards outlined in the National Park Service Museum Handbook. The contractor will be responsible for the entire process, including labeling, palletizing, and ensuring the security and integrity of the collection. The records need to be removed before October 2024 and returned to the renovated facility approximately one year later.

    The NPS will evaluate contractors based on their ability to meet these exacting standards and their proposed pricing for the project. A firm-fixed price contract is estimated at $36.5 million for the one-year project, with a potential six-month extension. Interested parties should submit a comprehensive bid demonstrating their expertise and capacity to handle this delicate operation.

    This opportunity is open only to small businesses, and all submissions must comply with federal regulations, including the completion of required forms and adherence to key dates for site visits, question deadlines, and submission deadlines. The evaluation process will consider technical capability, past performance, insurance coverage, and pricing.

    For further clarification and administrative adjustments, interested parties should refer to Attachment 0003- Q & A. Contractors must acknowledge receipt of this amendment and may submit changes to their proposals accordingly.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service seeks a contractor to prepare, transport, and store approximately 780 linear feet of archival records currently housed at the Everglades National Park's Daniel Beard Center. The goal is to remove these records, labeled as the Everglades National Park Science Records, temporarily while renovation work is conducted at the storage facility. Adherence to strict museum collection standards is essential, including controlled environmental conditions and security measures, as outlined in the National Park Service Museum Handbook. The contractor will be responsible for labeling, preparing, and palletizing the records for transportation, as well as ensuring the integrity and security of the collection during storage. This collection must be removed before October 2024, with a targeted return to the renovated facility in approximately one year. Offerors will be evaluated based on their ability to meet these stringent requirements and their proposed pricing for the entire project. Interested parties should provide a comprehensive bid package detailing their approach and relevant experience.
    File 1: The primary objective of this procurement is to acquire advanced cybersecurity solutions to enhance network security and protect sensitive information. The government seeks a comprehensive solution that includes real-time threat monitoring, advanced detection capabilities, and incident response measures. Vendors must demonstrate their solution's effectiveness against sophisticated cyber threats. The scope of work includes implementing the cybersecurity solution, providing ongoing maintenance and support, and conducting regular security audits. The estimated contract value is mentioned as firm-fixed-price, while the evaluation criteria focus on the solution's technical merit, past performance, and price. Key dates include a submission deadline and a projected project start date. File 2: This file outlines a requirement for innovative solutions to streamline and automate the processing of complex insurance claims. The goal is to reduce manual interventions and delays in the existing system. Potential vendors should provide a claims processing solution that integrates AI, machine learning, and robotic process automation technologies. The work scope involves developing a prototype and implementing the solution, with an emphasis on reducing human errors and enhancing claims accuracy and efficiency. The contract is expected to be a time-and-materials arrangement. Evaluation will consider solution effectiveness, vendor capability, and price, while key dates are provided for vendor registration and submission deadlines. File 3: The procurement objective relates to enhancing public safety and security by acquiring cutting-edge facial recognition technology. This technology will be used in law enforcement for identifying and tracking suspects and missing persons. The required solution should excel in accuracy, speed, and integration with existing databases. Vendors are expected to showcase their solution's ability to perform real-time facial recognition and provide a comprehensive implementation plan. The scope includes system installation, training, and ongoing support. A firm-fixed-price contract is anticipated. The evaluation will weigh technical merit and past performance highly. File 4: Focuses on the need for an efficient and user-friendly digital platform to manage and track employee training records for a government agency. The platform should streamline the entire training lifecycle, from course creation and enrollment to certification and reporting. Learning management systems (LMS) that integrate with blockchain technology are of particular interest. The proposed solution should include robust security measures and the ability to handle large volumes of training data. Vendors will be responsible for platform development, employee training, and ongoing maintenance. The evaluation criteria include solution functionality, security measures, and cost-effectiveness. File 5: Seeks proposals for the design and development of an immersive virtual reality (VR) training program for first responders. The aim is to enhance their preparedness for hazardous material incidents and emergency response. The requested VR solution should replicate realistic scenarios and provide an interactive learning experience. Vendors will be tasked with creating a modular and customizable VR environment, incorporating real-life situations. The scope also includes supplying the necessary VR equipment and ensuring compatibility with existing systems. The evaluation process will prioritize the solution's instructional design, realism, and cost efficiency. Each summary provides a concise overview of the respective procurement's core objectives, requirements, and evaluation criteria, focusing on the goods and services being acquired by the government.
    The government agency seeks to amend an existing contract or solicitation, emphasizing the addition of Attachment 0003- Q & A and extending the period of performance to August 2025. Offerors must acknowledge receipt of the amendment and, if desired, submit changes to their offers by the specified deadline. The focus of the procurement remains unchanged, and contractors are not required to resubmit their entire proposal. This amendment primarily aims to incorporate clarification and administrative adjustments.
    The government seeks a loan agreement for museum objects, specimens, and archival items. The focus is on borrowing institutions' responsibilities in managing and caring for these loaned items. The objective is to outline general conditions, including insurance requirements, security measures, and handling/care instructions. Borrowers must adhere to strict guidelines to ensure the loaned items' safety and preservation. This includes reporting any loss or damage immediately and providing access to NPS staff for inspections. The RFP also emphasizes the need for adequate security and environmental controls to protect the loaned assets. Additionally, there are detailed packing and shipping instructions, as well as guidelines for accessing and managing the loaned items. The loan period is specified at 20 years for repository loans and can be renewed. Overall, this procurement aims to find a responsible institution to borrow and adequately manage the National Park Service's valuable collections.
    The National Park Service seeks quotes for the transport and storage of archival collections for Everglades National Park. This request for quotation (RFQ) aims to award a stand-alone contract for a year, with a potential extension of six months, for the following services: preparation and transportation of collections from the Dan Beard Center Building to the contractor's facility, monthly storage services, and the eventual return of the collections. The RFQ specifies a firm-fixed price contract, with an estimated value of $36.5 million. Quoters are required to provide a completed Standard Form 18 (SF18) and additional pricing details, ensuring compliance with numerous FAR clauses and other federal regulations. Critical dates include a site visit on July 23, 2024, a questions deadline on July 25, and the submission deadline for quotes on July 31. The evaluation of quotes will consider technical capability, past performance, insurance capabilities, and pricing. Companies must have a valid Unique Entity ID and an active System for Award Management registration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking bids for the restoration of the Samuel Gompers Statue and Edmund Burke Memorial located at the National Mall in Washington, DC. The project involves cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation of the restoration process. This initiative underscores the importance of preserving historical sites while ensuring compliance with federal standards and sustainability practices. Proposals are due by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges from $100,000 to $250,000, and interested contractors can contact Bophany Drakeford at BophanyDrakeford@nps.gov for further information.
    M--EDIS LINCRUSTA WALTON WALL COVERING
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide conservation services for the Lincrusta Walton wall covering at the Thomas Edison National Historical Park. The project involves cleaning, restoring, and preserving the historically significant wall covering, which has deteriorated over time, and requires contractors to demonstrate relevant experience and adherence to National Park Service standards. This initiative is crucial for maintaining the integrity of historical sites and ensuring public access to culturally significant artifacts. Interested contractors must submit their proposals by September 5, 2024, with the contract performance period expected to commence on September 30, 2024, and conclude by July 23, 2025. For further inquiries, contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
    Demolition, Removal and Disposal, Point Reyes NS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to submit proposals for the demolition, removal, and disposal of the Truttman Barn and Serioty Cabin at Point Reyes National Seashore in Marin County, California. The project involves dismantling a collapsed 7,728-square-foot milking barn and an 850-square-foot residential cabin, with a focus on hazardous materials assessment, utility removal, and site restoration while preserving the historic stone foundation of the barn. This Total Small Business Set-Aside contract, classified under NAICS code 238910, emphasizes compliance with federal, state, and local regulations, and requires contractors to prepare a site-specific safety and health plan prior to commencing work. Quotations are due by September 16, 2024, and interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    Z--RODENT INFESTATION WASTE CLEANUP
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for a federal contract focused on rodent infestation waste cleanup at the Boulder Beach Ranger Station within the Lake Mead National Recreation Area. The project entails the removal of hazardous materials, including insulation and HVAC systems contaminated by rodent activity, followed by renovations to enhance the building's resilience against future infestations. This initiative is crucial for maintaining safe facilities for both staff and visitors, ensuring compliance with federal and state safety regulations. Interested small businesses must submit their bids electronically by September 13, 2024, at 1:00 PM Pacific Time, with a project budget estimated between $100,000 and $250,000. For further inquiries, bidders can contact Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909.
    Canaveral National Seashore - NP SER PMS FY24(1)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Canaveral National Seashore pavement preservation project (NP SER PMS FY24(1)) in Florida. The project aims to enhance approximately 16.33 miles of roadways and parking areas using various preservation techniques, including micro surfacing and full-depth patching, while adhering to strict environmental guidelines to protect local ecosystems. This initiative is crucial for maintaining infrastructure within national parks, ensuring accessibility and safety for visitors. Bids are due by October 3, 2024, at 2:00 p.m., with an estimated contract value between $5 million and $10 million, and interested parties can contact Shirley A. Anderson at eflhd.contracts@dot.gov or 703-948-1407 for further details.
    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.
    MANA Museum Collection Management Plan
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified small businesses to provide services for the MANA Museum Collection Management Plan, specifically through a Collection Condition Survey at the Prince William Forest Park. The procurement aims to ensure the effective management and preservation of museum collections, which is vital for maintaining cultural heritage and historical artifacts. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by September 12, 2024, at 8:00 AM ET, with evaluations based on price, technical capability, and past performance. For further inquiries, interested parties can contact Jacqueline Carlisle at jacquelinecarlisle@nps.gov.
    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.
    FERAL BURRO GATHER AND REMOVAL
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking a qualified contractor for the Feral Burro Gather and Removal project at the Mojave National Preserve. The objective is to gather and capture feral burros using skilled ground crews and a helicopter, with an estimated population of 100 to 200 burros targeted for removal. This initiative is crucial for effective wildlife management within national preserves, ensuring the ecological balance and compliance with wilderness laws. Interested small businesses must submit their quotes by September 16, 2024, with the contract performance scheduled from September 25, 2024, to September 24, 2025. For further inquiries, contact Michelle Harrison at MichelleAHarrison@nps.gov or call 760-367-5517.