VAMA PREPARE LABOR AND LAND STUDY
ID: 140P4524Q0072Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BOOKS, MAPS, AND OTHER PUBLICATIONS (J076)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting proposals for a Labor and Land Study at the Vanderbilt Mansion National Historical Site. The objective of this procurement is to conduct an Ethnographic Overview and Assessment that documents the labor history and cultural landscapes associated with the site and its neighboring historic locations, focusing on the evolution of labor practices from the 18th century to 1940. This study is crucial for preserving historical narratives and integrating diverse community experiences into the management of these significant landscapes. Interested small businesses must submit their quotes by September 18, 2024, at 2:00 PM EDT, and are encouraged to contact Nathan Jones at nathan_a_jones@nps.gov or 617-913-8870 for further information. The anticipated performance period for the contract is 12 months, and the project is set aside for small businesses under NAICS code 541720.

    Point(s) of Contact
    Files
    Title
    Posted
    The Vanderbilt Mansion National Historic Site seeks to conduct an Ethnographic Overview and Assessment focused on Hyde Park's labor history. This project aims to document the evolution of cultural landscapes and labor practices linked to three adjacent national historic sites: the Home of Franklin D. Roosevelt NHS, Eleanor Roosevelt NHS, and Vanderbilt Mansion NHS. The assessment will analyze how these estates reflect changes in the local economy from the 18th century to 1940 amid social transformations. Current historical records only provide fragmented insights into labor and economic practices. The study will fulfill the need for a comprehensive understanding of these themes, which includes materials related to domestic service and agricultural operations predominantly involving local immigrant populations. Key deliverables include a detailed report adhering to National Park Service (NPS) guidelines, a project schedule, and a robust quality control plan. Selection criteria for proposals prioritize professional qualifications, past performance on similar projects, and a cost proposal that details the scope of work. This initiative underscores the NPS's commitment to preserving historical narratives by integrating diverse community experiences into the management of these historically significant landscapes.
    The Past Performance Questionnaire is a crucial document within the context of federal and state RFPs and grants, designed to assess contractors' qualifications for proposed work. It requires contractors to provide essential business information, including contact details, type of business, and years of experience as both a prime and subcontractor. Contractors must list three relevant projects completed in the past five years, detailing contract amounts, project types, contact information for references, and specific duties performed. The form also inquires about previous work failures and bond performance. A certification section mandates that the certifying official attests to the accuracy of the information provided. Finally, the questionnaire requests detailed descriptions of past experience and references, emphasizing the importance of credibility in the contractor's performance history. Overall, this document serves to ensure that the contractors meet specific criteria and standards necessary for government contract awards, thus supporting the selection process for capable service providers.
    The document outlines the wage determination under the Service Contract Act (SCA), detailing required minimum wage rates for contracted employees in New York County, Dutchess, as well as fringe benefits mandated under relevant Executive Orders. For contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, referencing Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, must adhere to the $12.90 per hour rate from Executive Order 13658. Additionally, it delineates hourly pay rates for various occupations, indicating different wages for clerical roles, automotive service workers, food preparation staff, and healthcare positions, among others. Health and welfare benefits, vacation, and holiday pay entitlements are specified for all covered workers. The document also includes guidelines for the conformance process for unlisted occupations, ensuring compliance with wage determinations. This comprehensive wage register serves as an essential resource for contractors participating in federal contracts, ensuring adherence to labor standards and protections for workers under federal projects. It underscores the U.S. government's commitment to fair pay and working conditions for employees under government contracts.
    The document outlines a Request for Quote (RFQ) from the National Park Service for a Labor and Land Study at the Vanderbilt Mansion National Historical Site. The solicitation number is 140P4524Q0072, and it is specifically set aside for small businesses under NAICS code 541720. Prospective offerors must submit their quotes by September 18, 2024, by 2:00 PM EDT, and the contract will be awarded based on factors such as technical capability, past performance, and price. Key requirements include submitting a project narrative and evidence of past similar projects. The anticipated period of performance is expected to span 12 months. Offerors must have an active registration in the System for Award Management (SAM) and adhere to stipulations outlined in the Statement of Work and associated clauses from the Federal Acquisition Regulation (FAR). The process emphasizes small business participation and intends to ensure quality and compliance through a thorough evaluation of offers. The document reflects a structured approach to procure services necessary to enhance the historic site while promoting local economic engagement.
    The document outlines the budgetary requirements for a research project titled "VAMA EOA," led by a Principle Investigator and involving a graduate assistant. It details funding allocations for various project components, including a graduate stipend, national travel expenses for research and meetings with park staff, and costs associated with presenting findings at conferences. Additionally, the budget includes expenditures for materials such as archiving software, printing and copy-editing, and peer review costs. The document aims to specify the estimated total expenses against the available funds, reflecting a structured approach to funding research under federal or state grant parameters. This proposal is likely indicative of the government's initiative to support educational and scientific research, aligning with federal grant applications or RFPs for further development.
    This Technical Questionnaire is part of a government Request for Proposal (RFP) process, designed to evaluate bidders' qualifications for a specified project. The questionnaire emphasizes the importance of detailed and clear responses, as vague answers may lead to disqualification. Key components of the questionnaire include: 1. A request for a comprehensive plan on executing the project, adhering to the Statement of Work and budget constraints. 2. An inquiry into the offeror's relevant experience and examples of past projects that align with the Scope of Work. 3. A requirement for demonstrating the contractor's expertise in the work required. 4. An analysis of the equipment that will be utilized to fulfill the tasks outlined in the Statement of Work. 5. A focus on quality assurance measures the contractor will implement to guarantee high standards in deliverables. Overall, the purpose of the document is to gather critical information from prospective contractors to ensure that they can meet the project requirements and deliver quality results, thereby facilitating a well-informed selection process for government contracts.
    This government Request for Proposal (RFP) is aimed at contracting services for research and development in the social sciences and humanities, as outlined under NAICS code 541720. The procurement is specifically set aside for small businesses with a size standard of $28 million. The successful contractor will embark on a project to research and prepare a report, with a performance period commencing within five calendar days of the Notice to Proceed and concluding within one year. The contractor must be registered in the System for Award Management (SAM) and submit a certificate of insurance. An invitation for a site visit can be arranged with the Contracting Officer's Representative, while questions can be addressed via written communication before the offer due date. The total award amount and further details regarding service specifications, delivery deadlines, and associated documentation are included within the proposal's attachments, ensuring compliance with federal regulations and labor standards. This document reflects the structured process for federal acquisition, emphasizing transparency and the need for prospective contractors to meet specific criteria for participation.
    Lifecycle
    Title
    Type
    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.
    R--LANDS - MISP 01-139 CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide cadastral surveying services for 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 over approximately 113 acres, with a focus on compliance with environmental standards due to the site's cultural importance. This project underscores the NPS's commitment to preserving historical sites through professional surveying, with the contract period set from September 26, 2024, to December 27, 2024. Interested vendors must submit their quotes by September 19, 2024, and can direct inquiries to Luis Cibrian at luiscibrian@nps.gov.
    R--LANDS - BRVB CADASTRAL SURVEY
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to provide cadastral surveying services for two school sites in Summerton, South Carolina, under solicitation number RFQ 140P2124Q0338. 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 documentation, including plats and legal descriptions. This procurement is crucial for effective land management and development, ensuring compliance with South Carolina's surveying standards while adhering to federal regulations. Quotations are due by September 19, 2024, at 5:00 PM Eastern Time, with a performance period from September 26 to November 29, 2024. Interested vendors can contact Luis Cibrian at luiscibrian@nps.gov for further information.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the rehabilitation of historic structures at Fort Yellowstone within Yellowstone National Park. The project aims to preserve seventeen historical housing units, addressing significant deterioration and deferred maintenance to ensure the integrity and continued use of these nationally significant buildings. This procurement is crucial for maintaining the historical narrative of Yellowstone National Park and is anticipated to be a negotiated firm-fixed price contract with an estimated value exceeding $10 million. Interested vendors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467, with the solicitation expected to be issued around September 23, 2024, and a pre-proposal conference scheduled for September 24, 2024.
    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.
    NERI OUTDOOR RELIEF MAP EXHIBIT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the design, fabrication, and installation of a 3-foot by 6-foot bronze resin three-dimensional relief map at the Canyon Rim Visitor Center in West Virginia. This project aims to create an informative and accessible display that accurately represents the topographical features of the New River Gorge National Park, enhancing visitor education and engagement while complying with federal accessibility standards. The contract is set aside for small businesses under NAICS code 238990, with a focus on recent and relevant experience in similar projects. Interested contractors must submit detailed quotes electronically by the specified deadline, and inquiries should be directed to Melvin Gartrell at melvingartrell@nps.gov. The installation is expected to be completed by August 1, 2025, and adherence to wage determinations under the Service Contract Act will be required.
    M--HAFC EISE DESIGN BUILD VC EXHIBITS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the design, fabrication, and installation of new exhibits at the Eisenhower National Historic Site in Gettysburg, Pennsylvania. The project aims to enhance visitor engagement and accessibility through the development of interpretive exhibits that reflect the life and legacy of Dwight D. Eisenhower, utilizing universal design principles and incorporating interactive elements such as tactile maps and digital signage. This initiative is crucial for preserving historical narratives and improving educational outreach at the site, with a total small business set-aside under FAR 19.5. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Sheila Spring at SheilaSpring@nps.gov or by phone at 304-535-6239.
    Z--Visitor Center Renovation, Whiskeytown NRA
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the renovation of the historic visitor center at Whiskeytown National Recreation Area in Shasta County, California. The project, estimated to cost between $500,000 and $1 million, involves extensive renovations, sitework, and utility upgrades, with optional roofing and interior wall treatments, aimed at enhancing visitor experiences while preserving historical structures. This Request for Proposal (RFP) is exclusively open to small businesses as part of a Total Small Business Set-Aside, with the RFP expected to be published electronically around October 1, 2024, and submissions due 30 days after issuance. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
    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.
    The National Park Service (NPS) will release a prospectus on September 3, 2024, soliciting proposals to award a ten (10) year concession contract to provide guide tours of historic buildings within the Kennecott Mines National Historic Landmark.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is set to release a prospectus on September 3, 2024, inviting proposals for a ten-year concession contract to provide guided tours of historic buildings at the Kennecott Mines National Historic Landmark in Alaska. The selected contractor will be responsible for delivering engaging and informative tours that highlight the historical significance of the site, which is a key attraction within the national park system. A site visit is scheduled for September 13, 2024, at 10:00 AM, allowing interested parties to familiarize themselves with the location and requirements; registration details can be found in the prospectus available on the NPS Commercial Services website. For further inquiries, potential bidders can contact Mark Keogh at markkeogh@nps.gov or David Lucas at davidlucas@nps.gov.