National Park Service Museum Object Survey
ID: 140P6025Q0011Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MIDWEST REGION(60000)OMAHA, NE, 68102, USA

NAICS

All Other Support Services (561990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 7:00 PM UTC
Description

The National Park Service, under the Department of the Interior, is soliciting proposals for a Museum Object Survey across multiple parks, specifically targeting the William Howard Taft National Historic Site and the George Rogers Clark National Historical Park. The primary objective of this procurement is to conduct a comprehensive Collection Condition Survey (CCS) to assess the condition of museum objects, which will inform conservation strategies and prioritize preservation efforts for historical collections. This survey is crucial for ensuring the long-term preservation of artifacts and enhancing future exhibit planning, with a completion deadline set for November 15, 2025. Interested small business contractors must submit their quotations, including a signed SF18 form and supporting documents, by the specified deadline, and can direct inquiries to Joseph Bac at joseph_bac@nps.gov or call 402-800-8733 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The document outlines the Scope of Work for a Collection Condition Survey (CCS) at the William Howard Taft National Historic Site (NHS) and George Rogers Clark National Historical Park (NHP), including the Midwest Archeological Center. The survey aims to assess the condition of select museum objects in preparation for new exhibits, helping prioritize conservation needs and strategies for the long-term preservation of these historical collections. Key tasks involve on-site evaluations of objects, adherence to conservation ethics, and coordination with park management for access and support. Following the assessments, the conservator will produce a detailed report that includes an overview of the collections’ condition, priority levels for conservation treatment, estimated costs, and recommendations for necessary actions. The survey will focus on environmental factors affecting object preservation and will document findings using specific forms. Payment will be structured in two phases, linked to the completion of the on-site survey and acceptance of the final report. A list of objects to be surveyed from both the William Howard Taft NHS (63 items) and George Rogers Clark NHP (133 items) is provided, detailing material types and quantities, emphasizing the importance of this assessment for both preservation efforts and future funding allocation.
The document details the wage determination under the Service Contract Act (SCA) issued by the U.S. Department of Labor. It enumerates the minimum wage requirements for federal contracts based on the contract's date and applicable Executive Orders—$17.75 per hour under Executive Order 14026 for contracts after January 30, 2022, and $13.30 per hour under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. The wage determination includes a comprehensive list of occupations, corresponding codes, titles, and rates specific to Nebraska's Lancaster County, outlining both wage rates and required fringe benefits. Key requirements include compliance with worker protections and additional benefits such as health and welfare, vacation, and mandated paid sick leave under specific conditions. It emphasizes that contractors must maintain compliance with wage standards and outlines the process to request additional classifications and wage rates for unlisted job titles. This document serves to inform contractors of their obligations under federal contracts, emphasizing the importance of adhering to wage and labor standards in government contracts to protect worker rights and ensure fair compensation. Such information is vital for RFPs and grants that involve federal and state-funded projects, requiring compliance with labor regulations.
The document outlines Wage Determination No. 2015-4821 issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates for various occupations in several Indiana counties. It highlights the obligation of contractors to adhere to minimum wage standards, referencing Executive Orders 14026 and 13658, effective for contracts awarded or renewed after specified dates. For 2025, minimum pay is set at $17.75 or $13.30 per hour, depending on contract dates. The document provides detailed wage rates for multiple occupations, emphasizing the inclusion of fringe benefits such as health, welfare, vacation, and holidays as mandated by the Act. Additionally, it addresses paid sick leave provisions under Executive Order 13706 and the conformance procedure for unlisted job classifications. This wage determination is critical for compliance in federal contracting, ensuring fair compensation and worker protections under government contracts, with links to additional resources and detailed information for contractors.
The document outlines the Wage Determination No. 2015-4719, issued by the U.S. Department of Labor under the Service Contract Act (SCA). It establishes minimum wage rates that contractors must pay employees on federal contracts, influenced by recent Executive Orders concerning wage increases. Specifically, contracts awarded or renewed after January 30, 2022, require a minimum hourly wage of $17.75, while those awarded between January 1, 2015, and January 29, 2022, must at least pay $13.30 per hour. The determination provides a comprehensive list of various job titles and corresponding wage rates across several occupations in Indiana, Kentucky, and Ohio, including administrative, health, and maintenance roles. Additionally, the document emphasizes the necessity of fringe benefits, including health and vacation, and outlines compliance requirements for unlisted job classifications. It also discusses provisions regarding paid sick leave for federal contractors. The information in this determination is crucial for contractors bidding on federal projects and ensures fair labor practices while facilitating compliance with federal wage regulations.
Apr 11, 2025, 3:13 PM UTC
The Request for Quotation (RFQ) 140P6025Q0011 issued by the National Park Service seeks quotations for a Museum Collection Condition Survey (CCS) across multiple parks. The key deliverable is a comprehensive survey to be completed by November 15, 2025, which aims to evaluate the condition of museum collections to enhance their preservation. The solicitation outlines the requirements for potential contractors, emphasizing the importance of prior relevant experience, and necessitates compliance with various Federal Acquisition Regulation (FAR) clauses concerning ethics, labor standards, and safety. Offerors must submit their quotations, along with a signed SF18 form and required supporting documents, by a specified deadline. The document stresses the necessity for responders to be registered in the System for Award Management as a small business entity and to provide a capabilities statement outlining their qualifications. It emphasizes the importance of prompt payment to small business subcontractors as part of the contractual obligations. This RFQ exemplifies the government's structured approach to procurement, ensuring transparency and fair competition while adhering to regulations aimed at accountability and quality service delivery.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Z--FOSC CHIMNEY RE-POINTING ON 9 STRUCTURES
Buyer not available
The National Park Service (NPS) is conducting a market survey to assess vendor interest and capability for a masonry project involving the re-pointing of brick chimneys and other masonry work on multiple buildings at the Fort Scott National Historic Site in Bourbon County, Kansas. The project requires vendors to provide all necessary labor, materials, tools, and equipment, with an estimated contract value between $100,000 and $250,000. This market survey is a preliminary inquiry and does not constitute a formal solicitation; interested vendors must respond separately to future announcements on SAM.gov. Responses to the market survey are due by 12:00 PM ET on April 29, 2025, and should be directed to Colette Riegelmayer at coletteriegelmayer@nps.gov, including the reference number 140P6425B0011 in the subject line.
Z--Stabilize and Repair Blackstone House
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a market survey regarding the stabilization and repair of the Blackstone House at Hopewell Culture National Historic Park in Ohio. The project involves critical repairs to the Blackstone Main House, Smokehouse, and Milk House, including roof replacements, masonry work, and window and door replacements, aimed at preserving the historical integrity of these structures. This opportunity is significant for contractors specializing in residential remodeling, with an estimated construction cost between $250,000 and $500,000, and work anticipated to commence in late July 2025. Interested firms must submit their qualifications, including small business status and bonding capacities, via email to Jarrod Brown at jarrodbrown@nps.gov by May 1, 2025, referencing the number 140P6425B0012 in the subject line.
PAINT EXTERIOR OF VISITOR CENTER
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for a federal contract to repaint the exterior of the Visitor Center at the Ulysses S. Grant National Historic Site in St. Louis, Missouri. The project involves extensive preparation work, including scraping or sanding existing paint, patching damages, and applying at least two coats of new paint, with specific color requirements aimed at preserving the site's historical integrity. This initiative underscores the government's commitment to maintaining historic sites while promoting small business participation in federal contracting, with a firm fixed-price contract anticipated to be awarded for the work. Interested contractors should note that a site visit is scheduled, and all bids must be submitted by the specified deadline, with project completion required within 60 calendar days post-approval. For further inquiries, potential bidders can contact Kimberley Greist at kimgreist@nps.gov or by phone at 202-897-7403.
Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
Buyer not available
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.
HAFC CAHA BODIE ISLAND Exhibit Plan, Design, Fab
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the planning, design, fabrication, and installation of new interpretive exhibits at the Bodie Island Visitor Center, located within Cape Hatteras National Seashore. The project aims to replace outdated exhibits with approximately 352 square feet of new installations that will include interactive features and conservation-grade display cases, enhancing the visitor experience and educational opportunities. This procurement is set aside for small businesses in the custom architectural woodwork and millwork manufacturing industry, emphasizing compliance with accessibility guidelines and federal regulations throughout the project. Interested contractors should contact Sheila Spring at SheilaSpring@nps.gov or call 304-535-6239 for further details, with proposals due in accordance with the specified solicitation timeline.
Environmental Climate Assessment of Ansley Wilcox
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an environmental climate assessment of the Ansley Wilcox House, located within the Theodore Roosevelt Inaugural National Historical Park. The assessment aims to evaluate the impact of the interior environment on the historic structure, focusing on architectural finishes, collections preservation, and the existing mechanical systems, with the goal of upgrading the HVAC system to current standards. This project is crucial for ensuring the long-term viability of the collections and structure, and it involves a two-phase approach that includes a Building Assessment and an Environmental Monitoring Study. Interested contractors must have a minimum of ten years of experience in historic environmental preservation and must be registered in the System for Award Management (SAM). Proposals will be evaluated based on experience, technical approach, and cost, with a payment structure linked to project milestones. For further information, interested parties can contact Mari Tolleson at maritolleson@nps.gov or by phone at 857-283-4598.
CONTEXTUAL HISTORY STUDY FOR CIVILIAN CONSERVATION
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking a contractor to conduct a contextual history study for the Civilian Conservation Corps (CCC) at Vicksburg National Military Park. The objective of this procurement is to research and document the historical significance and impact of New Deal Era programs, particularly focusing on the CCC's contributions to the park's development during the 1930s and 1940s. This study is crucial for understanding the park's historical evolution and will involve a comprehensive review of existing documentation, historical research, and the creation of interpretive materials for public engagement. Interested small businesses must submit their proposals by May 9, 2025, and demonstrate their technical capabilities and past performance, with a contract anticipated to be awarded for a firm-fixed price and a performance period of twelve months post-award. For further inquiries, potential offerors can contact Dallas Harper-Staub at dallasharper-staub@nps.gov or by phone at 256-986-0815.
Custodial Services at Sequoia and Kings Canyon NPs
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide custodial services at Sequoia and Kings Canyon National Parks. The contract will encompass cleaning and maintaining various visitor facilities, including restrooms and campgrounds, with an emphasis on adhering to safety regulations and using eco-friendly products. This procurement is vital for ensuring a clean and welcoming environment for park visitors, thereby enhancing their overall experience in these natural landscapes. Interested vendors must submit their quotes by 5:00 PM Pacific Time on May 13, 2025, and can direct inquiries to Mariah Schumacher at mariahschumacher@nps.gov.
Z--Replace Roof and Gutter - CNHP
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for the replacement of the roof and gutter system at 109 Jefferson St., Colonial National Historic Park, Virginia. The project involves removing approximately 2,000 square feet of asphalt shingles, repairing damaged plywood, and installing new gutters and gutter guards, all while adhering to OSHA safety guidelines and ensuring minimal disruption to the facility's occupancy. This procurement is crucial for maintaining the historical integrity of the site and ensuring the longevity of the structure. Interested contractors must submit sealed bids by 1200 EDT on May 9, 2025, with a performance period scheduled from June 2, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Melvin Gartrell at melvingartrell@nps.gov.
Z--Comfort Station Cyclic Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, TX. This project involves providing all necessary labor, materials, and equipment to perform cyclic upgrades on two pre-cast CXT Navajo quad flush/shower buildings, including painting and sealing surfaces, and replacing water heaters and skylights. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses and is expected to be awarded by early July 2025, with work commencing shortly thereafter. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in early June 2025.