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
    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.
    BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    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.
    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.
    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.
    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.
    P--Demolition, Removal and Disposal, Point Reyes NS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses for the demolition, removal, and disposal of the Truttman Barn and Serioty Cabin located at Point Reyes National Seashore in Marin County, California. The project requires contractors to provide all necessary supervision, labor, equipment, and supplies to safely dismantle and dispose of the structures, including addressing any hazardous materials such as asbestos and lead paint, while ensuring compliance with environmental regulations. This procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order anticipated to be awarded based on the most advantageous quotation, considering price and other factors. Quotations must be submitted via email by September 16, 2024, and interested parties can direct inquiries to Brenda Lewis at BrendaLewis@nps.gov or by phone at 206-220-4018.
    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--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.
    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.