D--CoStar Information Subscription Service
ID: 140P2124Q0018Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)
Timeline
    Description

    Special Notice: INTERIOR, DEPARTMENT OF THE, NATIONAL PARK SERVICE, intends to award a firm fixed price contract to CoStar Real Estate for a subscription to real estate services. This subscription will provide access to CoStar Information Subscription Service, which is used for internet search portals and other real estate information. The contract will be awarded using Simplified Acquisition Procedures, with a purchase threshold of $250,000. Interested parties have ten calendar days to express their interest and capability to respond to this requirement. The point of contact for this procurement is Juliann Ashcroft, email: juliann_ashcroft@nps.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    U--NPS- Intent to Sole Source - FAR Part 13
    Active
    Buyer not available
    The National Park Service (NPS) intends to award a sole-source contract to Mission-Centered Solutions, Inc. for the provision of wildland fire specific facilitation and consulting services, specifically for the development of Emergency Operations Plans through three workshops. These workshops will focus on enhancing emergency preparedness for high-impact wildland fire events, ensuring compliance with federal guidelines and the Incident Command System, while prioritizing the safety of visitors and employees. This procurement reflects the NPS's commitment to disaster readiness and effective incident management amidst increasing wildfire risks. Interested parties may submit their capabilities and interest by September 9, 2024, to Brian McCabe at brianmccabe@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.
    CUSTODIAL SERVICES-Santa Monica Mountains National
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for custodial services at the Santa Monica Mountains National Recreation Area, covering locations in Los Angeles and Ventura counties. The contractor will be responsible for maintaining cleanliness in various facilities, including offices, restrooms, and public spaces, with a performance period from September 23, 2024, to September 22, 2025, and options for additional services. This contract is vital for ensuring sanitary conditions and enhancing visitor experiences in the park, with a total small business set-aside under NAICS code 561720. Interested contractors must submit their quotes and register in the System for Award Management (SAM), with further inquiries directed to Tonia Gladen at toniagladen@nps.gov.
    GOIS 152683 Demolish Incidentally Acquired Buildin
    Active
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) seeks experienced contractors for the GOIS 152683 project, which involves demolishing and removing incidentally acquired buildings and associated infrastructure on Governor's Island National Monument, New York City, while minimizing visitor impact. The upcoming competitive acquisition, estimated at $5-10 million, requires complex demolition, hazardous material management, and landscape restoration expertise. Responses from large and small businesses are welcome, focusing on their capabilities and experiences. NPS aims to develop an effective acquisition strategy based on the responses received by 12 Noon on September 12, 2024.
    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.
    R--FRSP 05-155 WOLFREY RELOCATION
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking qualified small businesses to provide consulting services for the relocation associated with the acquisition of Tract 05-155 in Spotsylvania, Virginia. The procurement aims to facilitate the relocation of individuals affected by the acquisition of a 60.45-acre parcel, ensuring compliance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970. This project is critical for managing property acquisitions while supporting displaced residents, with a contract period from September 24, 2024, to March 21, 2025. Interested vendors must attend a virtual pre-quote meeting on September 10, 2024, and submit their quotes by 5:00 PM Eastern Time on September 17, 2024, with inquiries directed to Luis A. Cibrian at luiscibrian@nps.gov.
    Z--RORI VISITOR CENTER CARPET
    Active
    Interior, Department Of The
    The Department of the Interior, National Park Service, is soliciting quotes for the replacement of carpet and padding at the Rosie the Riveter World War II Home Front Visitor Center in Richmond, California. The project involves the removal and replacement of approximately 2,105 square feet of carpet in various areas, including a theatre, audio/visual room, classroom, and library/work room, with specific requirements for materials and installation methods. This procurement is set aside for small businesses, with an estimated project value between $25,000 and $100,000, and proposals must be submitted via email by September 9, 2024, at 12:00 PM PST. Interested contractors can direct inquiries to Brian Roppolo at brianroppolo@nps.gov or Eric Jordan at ericjordan@nps.gov before the deadline for questions on September 4, 2024.
    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.
    7A--INTENT TO AWARD - Annual Maint. for QPS Software
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a non-competitive purchase order for an annual maintenance agreement for QPS Fledermaus software, which is essential for operations at the USGS Woods Hole Coastal & Marine Center in St. Woods Hole, MA. The procurement will cover maintenance services from October 1, 2024, to September 30, 2025, with four additional option years available. Quality Positioning Services is the sole source for this software due to its proprietary rights, highlighting the specialized nature of the services required. Interested parties may submit inquiries to Kevin Weaver at kweaver@usgs.gov, with the NAICS code for this opportunity being 513210 and a size standard of $47 million.
    Y--SITK - FY24 TOTEM POLE INSTALLATION
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the installation of two totem poles at Sitka National Historical Park in Alaska. The project involves the installation of a new Waasgo Legend pole and the replacement of the existing Yaadaass Crest First Twin pole, requiring contractors to conduct a site visit to assess conditions and ensure stability in the unique environmental context of Sitka. This initiative is crucial for preserving the park's cultural heritage, with a contract performance period from October 1, 2024, to December 31, 2024, and an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by email and direct inquiries to Tyler Groves at tylergroves@nps.gov by September 6, 2024.