R--PRWI Collections Condition Survey - Q&As w/SOW
ID: 140P2124Q0321Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, 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 National Park Service (NPS) is seeking qualified contractors to conduct a Collection Condition Survey (CCS) for the museum collections at Prince William Forest Park, Virginia, under solicitation number 140P2124Q0321. The project aims to assess the conservation and preservation needs of up to 400 items, focusing on their material stability and providing recommendations for improved storage and exhibit conditions. This initiative is part of NPS's broader commitment to preserving cultural and natural heritage, ensuring that collections are systematically maintained and assessed. Quotes are due by September 12, 2024, and interested bidders must be registered in the System for Award Management (SAM) and submit a completed checklist, signed SF1449 form, project narrative, and references. For further inquiries, contact Jacqueline Carlisle at jacqueline_carlisle@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines questions and answers pertaining to RFQ# 140P2124Q0321 for the PRWI Collection Condition Survey. The main focus is to clarify details about the project's timeline and scope. The contract stipulates that all project work must be completed by June 1, 2025, while the final deliverable is set for September 30, 2025. It confirms that 400 objects from the PRWI collection will be assessed individually, and a complete breakdown of item types is provided in the statement of work (SOW). The document emphasizes that the assessment must encompass each of these items in line with the project's specifications. This communication is essential for potential contractors to understand the requirements and expectations of the survey project, which is part of broader federal initiatives to maintain and assess museum or park collections systematically.
    The United States Department of the Interior's National Park Service has announced a Request for Proposals (RFP) for a collection condition survey at Prince William Forest Park. This survey aims to evaluate the condition of various collections within the park. The proposed solicitation number for this project is 140P2124Q0321, with a response deadline set for 9 September 2024 at 3:00 PM Eastern Time. This initiative is categorized under NAICS code 541990 and falls under a 100% small business set-aside status, encouraging participation from small firms. The project requires delivery within 545 days after the contract award, with performance directed to the Land Resources Program in Washington, D.C. This solicitation is part of federal efforts to ensure the preservation and proper management of national park assets. All responsible sources interested in submitting proposals are welcomed, pending timely submission of their responses. The contact for this solicitation is Jacqueline Carlisle, whose details are provided for further inquiries.
    The United States Department of the Interior's National Park Service (NPS) is seeking a contractor to conduct a Collection Condition Survey (CCS) of the Prince William Forest Park's museum collections. The park, established in 1936, boasts diverse cultural and natural history resources. The CCS aims to assess the conservation and preservation needs of up to 400 items, focusing on their material stability and specifying treatments or preventive care required. It will also provide recommendations for improving storage and exhibit conditions, which will inform prioritization and funding for conservation efforts. Contractors must demonstrate experience with various materials and adhere to the American Institute for Conservation's ethical standards. Deliverables include a comprehensive report, an executive summary, individual object assessments, and digital documentation, compliant with accessibility regulations. The process involves multiple phases: an initial assessment and meeting, followed by drafts, government reviews, and final revisions. The entire project must conclude by September 30, 2025. Invoicing will be based on completed project phases, and the contract will be overseen by designated park staff. This project underscores NPS's commitment to preserving its cultural and natural heritage for future generations.
    This document serves as an amendment to a solicitation or contract and outlines procedures for acknowledging receipt of said amendment. Contractors must confirm their acknowledgment of the amendment prior to the specified deadline, using designated methods such as attaching the acknowledgment to their offer or through separate communication. It emphasizes the importance of timely acknowledgment to avoid potential rejection of offers. The amendment modifies the existing contract/order according to regulations and notes the administrative changes and requirements for the contractor's response. The contract described is a Firm Fixed Price Contract, with a focus on compliance with the provided Scope of Work. The involved parties are identified, including a Contracting Officer and a designated contractor's representative, ensuring that all terms outside of the amendment remain unchanged. This amendment reflects a standard process inherent in federal contracting, promoting clarity and compliance among parties involved in government contracts and requests for proposals (RFPs). The document underscores the procedural integrity vital to federal contracting while reinforcing the importance of communication and adherence to deadlines among contractors and government entities.
    The document outlines a Request for Quote (RFQ) from the National Park Service (NPS) for a Collection Condition Survey at Prince William Forest Park, Virginia, under solicitation number 140P2124Q0321. The acquisition is designated for small businesses, with a NAICS code of 541990 and a size standard of $19.5 million. Quotes are due by September 12, 2024, and must be submitted through email. The contractor will supply all labor, materials, and equipment necessary to complete the survey from September 17, 2024, to March 17, 2026. Interested bidders must be registered in the System for Award Management (SAM) and maintain an active status. A unique entity identifier (UEI) is required for eligibility. Specific submission requirements include a completed checklist, signed SF1449 form, project narrative, resume of key personnel, and references from similar projects within the last five years. The solicitation emphasizes that evaluation will focus on price, technical capability, and past performance. The contract will follow a firm-fixed-price model and is subject to various FAR provisions. The document serves to initiate competitive bidding while ensuring qualified vendors can effectively respond to the service needs of the NPS.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    EDIS HURR. IDA STABILIZE DAMAGED BOOKS
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the stabilization of books and archival documents damaged by Hurricane Ida at the Thomas Edison National Historical Park. The project involves the professional conservation of approximately 108 water-damaged items, requiring a qualified conservator to perform drying, cleaning, and stabilization, while documenting the restoration process with Treatment Reports and digital images. This initiative is crucial for preserving historical artifacts and ensuring compliance with safety and regulatory standards following natural disasters. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by September 18, 2024, with a performance period from October 1, 2024, to September 30, 2025. For further inquiries, contact Nathan Jones at nathanajones@nps.gov or call 617-913-8870.
    LANDS - MISP 01-139 CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to provide cadastral surveying services for approximately 113 acres at the Mill Springs Battlefield National Monument in Pulaski County, Kentucky. The objective of this procurement is to accurately re-establish property boundaries and document significant surface features as part of the NPS's acquisition efforts, while adhering to strict environmental standards due to the site's cultural significance. This opportunity is a total small business set-aside under NAICS code 541370, with a submission deadline for quotes set for September 19, 2024, and the contract period running from September 26, 2024, to December 27, 2024. Interested vendors can direct inquiries to Luis Cibrian at luiscibrian@nps.gov.
    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.
    CC-SHEN001-26 Concession Business Opportunity for Lodging, Food and Beverage, Retail, Campgrounds, Horseback Riding, and Other Services in Shenandoah National Park, Luray, VA
    Active
    Interior, Department Of The
    The National Park Service (NPS) is offering a 15-year concession business opportunity for lodging, food and beverage, retail, campgrounds, horseback riding, and other services at Shenandoah National Park in Luray, Virginia. The selected concessioner will operate 285 lodging units across three resorts, manage multiple food outlets and retail sales, and oversee four campgrounds, including additional services such as camp stores and automotive services. This opportunity is significant for enhancing visitor experiences in one of the nation's treasured parks, which spans over 197,000 acres and features the scenic Skyline Drive and portions of the Appalachian Trail. Interested parties must submit a notice of intent by October 18, 2024, and electronic proposals by November 7, 2024, with further details available from Andrew Gertge at nerconcessions@nps.gov or by phone at 267-318-0116.
    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.
    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.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    National Park Service (NPS) - Yosemite National Pa
    Active
    Buyer not available
    The National Park Service (NPS) is seeking a contractor for the Wildland Urban Interface (WUI) Mechanical Fuels Reduction Project at Yosemite National Park, California. The project aims to reduce hazardous fuels across approximately 388 acres in four designated WUI communities to enhance fire resilience and safety for nearby properties and infrastructure. This initiative is critical for mitigating wildfire risks and ensuring the ecological health of the park, with a contract period from October 1, 2024, to September 30, 2026, and specific work in one area to be completed by March 1, 2025. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Brian McCabe at brianmccabe@nps.gov or 202-339-7772, with the solicitation anticipated to be issued after August 28, 2024.