Fort Frederica National Monument Wayside Exhibit F
ID: 140P2125R0029Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Sign Manufacturing (339950)

PSC

OPERATION OF EXHIBIT DESIGN (NON-BUILDING) (M1PB)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking proposals for the fabrication, audio description, and installation of 42 wayside exhibits at Fort Frederica National Monument in Georgia. This project aims to enhance visitor engagement by providing interpretive exhibits that include tactile elements to ensure accessibility for all visitors, including those with disabilities. The selected contractor will be responsible for all aspects of the project, including compliance with federal accessibility standards, project management, and coordination with National Park staff, with a focus on delivering high-quality educational materials that reflect the historical significance of the site. Proposals are due by May 15, 2025, with a contract performance completion deadline of March 1, 2026. Interested parties can contact Sheila Spring at Sheila_Spring@nps.gov or by phone at 304-535-6239 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) has outlined specifications for planning, designing, fabricating, and installing wayside exhibits, which serve as outdoor interpretive panels. Key requirements include compliance with accessibility standards (ABAAS, ADA, Rehab Act) to ensure inclusivity for visitors with disabilities. Each exhibit must be grounded in NPS interpretation policies, providing accurate, engaging, and meaningful connections to park resources. Various types of maps, tactile elements, and audio descriptions are mandated to enhance visitor understanding. Project management involves clear communication, regular status reporting, and adherence to established timelines. The document details guidelines for research and content development, ensuring all materials are sourced legally and ethically. It emphasizes the importance of producing high-quality graphics and text that align with the NPS's voice and standards, integrating visual, tactile, and auditory elements. Additionally, considerations for site selection require minimal ecological disruption and optimal visitor accessibility. The extensive criteria provided focus on creating enriching experiences for visitors while safeguarding the integrity of natural and cultural resources. This guidance serves as a comprehensive framework for contractors undertaking projects with the NPS, highlighting both interpretive objectives and regulatory compliance within state and federal contexts.
    The Programmatic Accessibility Guidelines for National Park Service (NPS) Interpretive Media serves to ensure that interpretive media—such as publications, exhibits, audiovisual programs, and web-based content—are accessible to all park visitors, including those with disabilities. It is imperative for NPS employees and contractors to create inclusive media that conveys information effectively while adhering to legal mandates under the Rehabilitation Act of 1973. The guidelines emphasize early integration of accessibility considerations during interpretive planning and provide standards for various media formats, including audiovisual elements, exhibit designs, and printed materials. Key guidelines include requirements for mobility, vision, and cognitive accessibility, ensuring that features like captions, audio descriptions, and appropriate text sizes are incorporated. The document underscores the importance of universal design principles, advocating for multi-sensory experiences to enhance visitor engagement. Evaluation processes ensure ongoing assessment and improvement of accessibility features. This comprehensive approach aims to provide equitable and meaningful experiences for all visitors, showcasing the NPS’s commitment to inclusivity in its programs and services.
    The Tactile Map Guidelines from the National Park Service outline standards for creating accessible tactile maps, specifically for wayside orientation panels. These guidelines emphasize the importance of adhering to current Braille standards established by the Braille Authority of North America (BANA) and the ABA Standards. Key specifications include the dimensions and spacing of Braille components, such as ensuring that raised Braille dots are between 0.025 inches and 0.037 inches for outdoor exhibits and maintaining a vertical spacing of 0.400 inches between lines of Braille. The guidelines also address the layout of map elements, stating that Braille labels should be clearly distanced from other tactile parts to prevent confusion and ensure readability. This document serves as a foundational reference for creating tactile maps that improve accessibility and navigation within national park settings, emphasizing the methodical approach needed to support individuals with visual impairments. The guidelines will be updated based on ongoing evaluations and feedback to further enhance their effectiveness.
    The Visitor Information Sign System (VIS) and Wayside Hardware Specification Manual from the National Park Service provides comprehensive guidelines for designing and constructing visitor information signs in national parks. The manual details the VIS overview, including hardware components, material options, panel designs, mounting techniques, and various sign assemblies such as trailside, wall-mounted, and upright systems. It emphasizes the importance of consistent, attractive, and informative signage to enhance visitor experiences by delivering essential information like guidance, regulations, and safety warnings. VIS signs are constructed from durable materials suited for diverse environments, including weathering steel and aluminum, ensuring longevity and minimal maintenance. The manual specifies modular panel sizes and fabrication codes for efficient communication with fabricators and contractors. Overall, the document serves as a vital resource for National Park Service employees, contractors, and partner agencies, aligning with the standards necessary for RFPs and grants related to park signage and visitor engagement efforts.
    The document outlines a structured approach to managing digital files for wayside exhibits at Harpers Ferry Center (HFC), emphasizing efficiency and consistency. It details the naming and numbering system compatible with National Park Service (NPS) records management, enabling users to easily categorize and recognize files. Key points include a master project folder with a specific naming convention, guidelines to maintain unique filenames, and metadata standards for capturing essential information such as copyright and creator details. The document provides an example structure demonstrating how to organize subfolders by project phases, including proposal development, design, production, and communication records. Additionally, it instructs users to avoid certain characters in filenames and maintain a hierarchy of files for different exhibit elements. This comprehensive file management approach is crucial for streamlining project workflows and ensuring compliance with established standards, supporting the effective execution of federal grants and local RFP projects related to wayside exhibits.
    The National Park Service has issued specifications for the fabrication of outdoor graphic panels as part of their Wayside Exhibit Plan. The document outlines detailed requirements for various types of panels, including Fiberglass Embedded Panels, Gel Coated Fiberglass Embedded Panels, High Pressure Laminate (HPL) Panels, Aluminum Panels, and Porcelain Enamel Panels. Each panel type must meet specific criteria regarding material quality, inkjet printer specifications, and structural integrity, including resilience to environmental factors and ease of cleaning. Key points include minimum image resolution, the necessity for full-size proofs prior to production, strict dimensional tolerances, and specific requirements for substrates to ensure durability and clarity. Labels must be produced for weatherproofing, providing important identification and manufacturing details for each panel. The purpose of these specifications is to ensure that the graphic panels are of high quality and suitable for outdoor display in national parks, thereby enhancing visitor experiences and ensuring long-term legibility and aesthetic appeal. This procurement fosters adherence to federal standards while supporting educational and interpretive initiatives within the National Park System.
    The Final Wayside Exhibit Plan for Fort Frederica National Monument, prepared by the National Park Service, outlines the installation of educational exhibits to enhance visitor experience and engagement with the historic site. The plan includes a comprehensive list of wayside exhibits featuring double and single-sided aluminum signs of varying sizes, placed strategically throughout the park to convey important historical narratives. Key topics covered in the exhibits include the establishment of Frederica in 1736, significant military encounters between British and Spanish forces, daily life in the colony, and the cultural interplay with Indigenous peoples and Black history. The document details materials and colors consistent with National Park Service standards, ensuring the exhibits resonate with the site's historical context. Mounting locations are specified, including wall, rail, and in-ground installations, providing a clear framework for their development. This initiative not only aims to educate visitors about Frederica's colonial role but also to promote the preservation of its rich archaeological heritage. Overall, the plan reflects the commitment to interpretive education, historical preservation, and visitor engagement within the framework of federal grants and local RFPs guiding such projects.
    The document outlines specifications for the Fort Frederica National Monument's wayside exhibits, which include various aluminum frames and panels designed for display purposes. The proposal includes detailed measurements, quantities, and types of aluminum structures needed for the project, such as wall-mounted and low-profile in-ground structures, along with tactile maps and tactile artifacts. The project aims to provide interpretive signage that educates visitors about the historical significance of Fort Frederica, a British colonial site established in 1736. It highlights the fort's military history, interactions with Indigenous peoples, and the various roles the colonists played in the community's development. The National Park Service is leading this initiative, aiming to enhance visitor engagement through informative displays while preserving the cultural heritage of the site. The document emphasizes its completion date as June 10, 2024, showcasing a concerted effort to ensure the exhibits meet historical accuracy and design standards. Through this investment, the National Park Service seeks to foster awareness and appreciation of the rich history encapsulated within the Fort Frederica National Monument.
    The document, prepared by the Project Team at Fort Frederica National Monument, outlines a Tactile Reference Package intended for enhancing accessibility and educational outreach. It aims to provide visitors with hands-on experiences related to the historical and cultural significance of the site. Key elements include the design of tactile materials, which allow a diverse range of visitors, including those with visual impairments, to engage with the monument's history more effectively. The package involves collaboration with multiple stakeholders, including the National Park Service and local organizations, to create inclusive interpretive opportunities. Overall, the initiative underscores the National Park Service's commitment to accessibility and education within heritage sites, ensuring that all visitors can appreciate and learn from the site’s resources. This project aligns with federal efforts to promote inclusivity in public spaces, supporting broader governmental goals of equal access to historical and cultural education.
    The document titled "Attachment J: Fort Frederica National Monument" prepared by a project team from the National Park Service serves as an optional tactile map reference package. Scheduled for release in July 2024, it likely focuses on enhancing visitor experience and accessibility at the Fort Frederica site through the provision of tactile maps. These maps are designed to facilitate navigation and understanding of the historical area, promoting educational opportunities. The emphasis on the tactile format indicates a commitment to inclusivity and engagement for all visitors, including those with visual impairments. As part of broader federal initiatives, this project appears aligned with government efforts to preserve historical sites while improving access, which is relevant to federal grants and state/local RFPs. Overall, the document outlines a planned resource aimed at enhancing the interpretative experience at Fort Frederica National Monument.
    The document outlines a cost estimate for fabrication and installation services for a project associated with the Fort Frederica National Monument. It details various components, including project management, fabrication drawings, prototypes, electrical work, graphic panels, audio description, shipping, and installation, all currently estimated at zero dollars. Each section includes a breakdown of materials, labor rates, and hours required, yet all values remain at $0.00, indicating either a preemptive or placeholder structure for a forthcoming financial estimate. The document serves as a structure for bidders to understand project requirements and expectations surrounding tactile maps and exhibit installations. It emphasizes elements required in crafting specialized exhibits, from material sourcing to labor allocation, aimed at creating an informative tourist attraction. This cost estimate is integral for government RFP processes, serving as a baseline for potential contractors to prepare comprehensive proposals for the project, ensuring compliance with federal grant funding guidelines for historical site enhancements.
    The U.S. Department of Interior National Park Service (NPS) seeks proposals for the fabrication, audio description, and installation of wayside exhibits at Fort Frederica National Monument. As part of the evaluation process, contractors must submit a Past Performance Questionnaire, which evaluates previous work through a Performance Rating Form and a Supplemental Comment Form. Ratings can be "Outstanding," "Satisfactory," or "Unsatisfactory" based on quality, understanding of requirements, timeliness, customer satisfaction, communication, and cost control. The government may verify the provided references but does not endorse any contractor or their services. Information from the questionnaire is treated as Source Selection Sensitive and must not be used for promotional purposes. The document outlines specific elements for evaluation along with a structure for recording evaluations, including a section for additional comments. This process ensures that the selection of contractors is based on objective assessments of past performance, which is crucial for the successful completion of the project.
    The National Park Service is requesting proposals for the fabrication, audio description, and installation of 42 wayside exhibits at Fort Frederica National Monument in Georgia. This project encompasses two separate sites, focusing on enhancing visitor experience through interpretive exhibits that will include tactile elements for accessibility. The solicitation, set aside for small businesses, anticipates the award of a single firm-fixed-price contract under the NAICS code 339950 for Sign Manufacturing Services. Contractors are responsible for all aspects of the project, including quality control, project management, and coordination with National Park staff. Proposals must detail the fabrication of aluminum panels, bases, and tactile elements, ensuring compliance with accessibility guidelines. Key deliverables include audio description scripts and prototypes, with an emphasis on meeting federal accessibility standards. Proposals are due by May 15, 2025, with a contract performance completion deadline of March 1, 2026. Contractors must adhere to specific communication protocols and are required to register in the System for Award Management (SAM) prior to contract award. This initiative exemplifies the Park Service's commitment to educational outreach and improving accessibility for all visitors while preserving historical contexts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified contractors for the Interpretive Overlook Rehabilitation project at the Fort Smith National Historic Site in Arkansas. The project aims to re-establish an interpretive overlook that highlights the 19th-century Native American migration, which was lost due to flooding, and will incorporate resilient materials and construction methods to mitigate future flood risks. This opportunity is significant for enhancing the historical interpretation of the site while ensuring durability and reduced maintenance needs. Interested small business contractors must submit their information, including bonding limits and capability statements, via email to Bridget Parizek at bridgetparizek@nps.gov by December 15, 2026, with an estimated construction value between $500,000 and $1 million and a projected start date in Spring 2026.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--CASA 324271, Castillo de San Marco National Monume
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "CASA 324271, Raise and Repair the Seawall" project at the Castillo de San Marcos National Monument in St. Augustine, Florida. The project entails the reconstruction of approximately 1,355 linear feet of seawall, including the North, Center, and South Walls, along with associated site improvements such as a new fee booth, walkways, and utility upgrades. This initiative is crucial for preserving the historical integrity of the monument while ensuring visitor safety and accessibility. Interested small businesses must submit their proposals by the specified deadline, with the contract value expected to exceed $10 million and a performance period of 550 calendar days post-notice to proceed. For further inquiries, potential offerors can contact Joseph Wingfield at josephwingfield@nps.gov.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    PEVI AV System
    Interior, Department Of The
    The National Park Service is seeking proposals from qualified small businesses for the installation of an audio/visual (AV) system at Perry’s Victory and International Peace Memorial (PEVI) in Ottawa County, Ohio. The project aims to modernize the visitor center auditorium's AV capabilities to enhance visitor experience and improve operational efficiency, including the integration of new presentation features and accessibility enhancements. This firm-fixed price contract is expected to be awarded around December 2025, with a performance period of 180 days, and proposals are due by December 19, 2025, at 12:00 PM ET. Interested parties should submit their proposals via email to Jordan Ellis at jordanellis@nps.gov, including a capability statement, technical plan, project schedule, itemized pricing, and acknowledgment of any solicitation amendments.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.