National Park Service Museum Object Survey
ID: 140P6025Q0011Type: Solicitation
AwardedAug 1, 2025
$25K$25,006
AwardeeMOUNTAIN MUSEUM MANAGEMENT LLC 21139 E 61ST AVE Aurora CO 80019 USA
Award #:140P6025P0012
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
    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
    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.
    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.
    Similar Opportunities
    Z--Nicodemus NHS - Tuckpoint Masonry & Painting
    Interior, Department Of The
    The National Park Service (NPS) is conducting a market survey to identify qualified contractors for a tuckpointing, masonry, and painting project at Nicodemus National Historic Site in Kansas. The project involves cleaning approximately 3,747 square feet of exterior stone and brick, removing and replacing loose mortar, and inspecting and replacing glazing on multiple pane steel frame windows. This work is crucial for the preservation of the historic site and is anticipated to commence in late March 2026, with a project magnitude estimated between $25,000 and $100,000. Interested small businesses must be registered in the System for Award Management (SAM) under NAICS code 238140 and submit their responses, including a capability statement and bonding limits, via email to Adam Kircher at adamkircher@nps.gov by December 23, 2025, at 1200 CST.
    AME Environmental Monitoring Service
    Dept Of Defense
    The Department of Defense, through the U.S. Army Center of Military History (CMH) and Army Contracting Command, is conducting a market survey to identify businesses capable of providing an advanced environmental monitoring system for 43 Army museums across 17 states, including Hawaii. The desired system must be an independent, closed platform for wireless, no-contact environmental data capture, ensuring compliance with the Buy American Act, Trade Agreements Act, and Berry Amendment, while recording critical data such as temperature, relative humidity, and light exposure at 15-minute intervals or less. This initiative is crucial for preserving historical assets and enhancing the efficiency and integrity of museum collections. Interested offerors are encouraged to respond to the Request for Information (RFI) by completing the attached questionnaire and submitting their responses electronically by January 6, 2026, to Sydney Huston at sydney.r.huston.civ@army.mil.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    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.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    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.
    63--NPS - Fire & Intrusion Monitoring Services, George
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified small businesses to provide fire alarm (FA) and intrusion detection (ID) system maintenance services for the George Washington Memorial Parkway. The procurement aims to ensure that existing FA and ID systems are maintained in optimal condition, free from errors or malfunctions, and includes responsibilities such as rectifying deficiencies and providing 24-hour monitoring. This contract, set aside entirely for small businesses, will span a one-year base period with four additional one-year option periods, totaling five years, and will require NICET Level II certified technicians for FA systems and state-licensed technicians for ID systems. Interested parties must submit their quotes by December 12, 2025, and can direct inquiries to Robert Staats at robertstaats@ibc.doi.gov or by phone at 208-207-7391.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.