T--HAFC PECO FILM
ID: 140P2125R0050Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Motion Picture and Video Production (512110)

PSC

PHOTO/MAP/PRINT/PUBLICATION- FILM/VIDEO TAPE PRODUCTION (T006)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking a contractor to produce interpretive films for Pecos National Historical Park under solicitation number 140P2125R0050. The project includes the creation of a 12-minute primary film, a 5-minute secondary film, a 60-second trailer, and 2-4 standalone animation excerpts, all aimed at exploring the park's historical and cultural significance while adhering to technical and accessibility standards. This audiovisual project is crucial for enhancing visitor engagement and education about the park's heritage, with a budget estimated between $300,000 and $340,000. Interested parties must submit their proposals electronically to Robert Adamson at robert_adamson@nps.gov, with Phase 1 due by October 1, 2025, and Phase 2 by November 12, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) Release Form grants the NPS and its representatives the right to capture visual and audio recordings, and still images of individuals and minors under their control. By signing, individuals agree that these materials become the property of the NPS and can be reproduced, used, distributed, and displayed globally, in perpetuity, for both government and non-government purposes across various media, including audiovisual programs, websites, and publications. The form waives the right to inspect or approve material use, as well as any claims to royalties or compensation. Signatories release the NPS from all claims, demands, and causes of action related to the authorization. It also includes an indemnification clause holding the government harmless for losses, claims, and damages arising from project participation. The form requires personal details, and for minors, parent or guardian consent. A Privacy Act Statement clarifies that collected information is for contact purposes related to the release form.
    The National Park Service (NPS) Harpers Ferry Center Release Form grants the NPS absolute and irrevocable rights to use collected materials, including motion pictures, audio, music, narration, and oral history interviews, from participants and minor children. This material can be used for the current project, future NPS projects, and projects outside the NPS. Usage rights can be unlimited or restricted to non-commercial, educational, and archival purposes, public broadcast, commercial educational use (non-profit sales only), distribution, and internet publication. The form includes an indemnification clause holding the Government harmless from liabilities arising from participation. Additional uses of the material require written consent. Definitions for specific usage terms like non-commercial, educational, archival, distribution, public broadcast, internet, commercial educational use, and unlimited rights are provided. The form also includes sections for participant contact information, parent/guardian consent for minors, and administrative use by NPS/Contractors, along with a Privacy Act Statement regarding data usage.
    This document, "Attachment C AMENDMENT TO LICENSE AGREEMENT APPLICABLE TO FEDERAL GOVERNMENT END USERS," modifies licensing agreements for federal government end-users, specifically the National Park Service (NPS), or its contractors. Its purpose is to align content licensing with federal laws and regulations. Key modifications include ensuring license transferability to the NPS if obtained by a contractor, exempting the NPS from indemnification claims due to the Anti-Deficiency Act (though it will cooperate in claims under the Federal Tort Claims Act), and establishing U.S. federal law as the governing law for disputes, with jurisdiction in U.S. Federal Courts. The amendment clarifies that it does not create new financial obligations, specifies attorney’s fees are payable by the NPS only per the Equal Access in Justice Act, and notes that the U.S. Department of Justice defends copyright infringement suits against the U.S. This amendment modifies existing obligations without creating new ones, reflecting the unique legal requirements for federal entities in licensing agreements.
    The Harpers Ferry Center (HFC) Intellectual Property Guidelines provide comprehensive guidance on intellectual property (IP) issues for interpretive media development and procurement, focusing on copyright, patents, trademarks, and trade secrets. The document details copyright requirements, scope, and term of protection, including exceptions like the public domain and fair use. It outlines the contractor relationship, emphasizing the importance of "Rights in Data" clauses in government contracts (FAR 52.227-14, 52.227-17) to define the government's use-rights for both contractor-produced and pre-existing copyrighted works. The guidelines also address acquiring use-rights through license agreements, highlighting key terms such as exclusivity, transferability, revocability, length of use, and payment. Specific attention is given to problematic clauses like indemnification and choice of law, which often require modification for government contracts. Special considerations for computer software, including open-source software, and other works like illustrations and donated materials, are also covered. The document stresses the need for careful review of contractor submissions and license agreements to ensure compliance with NPS needs and federal regulations, advocating for perpetual or "life of the project" use-rights where possible.
    Attachment E outlines the mandatory file naming conventions for Audio-Visual (AV) Final Deliverables within government projects, likely federal RFPs or grants. The document specifies a structured format including Park Alpha Code, AV Number, Format, Audio Configuration, Accessibility & Language Features, Other Features, and File Extension. It details specific codes and their meanings for various video resolutions (UHD 4K, HD, 4K, 8K, SD), audio configurations (5.1, Stereo, Mono, 10-channel, 4-channel, Split Track), and accessibility features (Audio Description, Open Captions in multiple languages, Foreign Language Narration). The conventions also address file extensions (.mov, .mp4, .scc, .srt, .wav) and special features like "Clean" masters or portrait orientation. Key rules include using underscores between fields (except between AV Number and Format), using only one period before the file extension, a maximum of 30 characters including the extension, and using lowercase ISO 639-1 standards for language codes. This ensures consistent, organized, and easily identifiable digital assets for governmental AV projects.
    Attachment F outlines the comprehensive requirements for a Completion Report, crucial for federal government projects, specifically those involving the National Park Service. This report, submitted in both physical and electronic formats, must detail project specifics, including titles, media numbers, running times, contract information, and client/producer names. Key sections cover licenses, rights, and agreements, requiring documentation of use rights, narrator and music clearances, and other talent agreements. The report also mandates logs for hard drive contents, original footage, sound, and an edit decision list with rights information. Finally, it requires inclusion of final scripts, verification of returned government-furnished property, and a tally of all submitted archival boxes. This document ensures thorough project documentation and compliance for federal deliverables.
    The Pecos National Historical Park Cultural Landscape Report (CLR) is a 90% draft document from June 2022, prepared by the University of Oregon. This report focuses on the cultural landscapes within Pecos National Historical Park, specifically Forked Lightning Ranch (including Kozlowski's Trading Post and Camp Lewis), Pigeon's Ranch, and Johnson's Ranch. It examines their associations with the Santa Fe Trail, Glorieta Pass Battlefield, Camp Lewis, and Kozlowski's Trading Post. The CLR aims to summarize historical events, understand existing landscape characteristics, provide recommendations for future management, and ensure compliance with preservation standards. The report is divided into two parts: Site History, Analysis and Evaluation of Existing Conditions, and Preservation Treatment. It covers the period of significance from approximately 1855 to 1970, encompassing early way stations, the Civil War battle, and 20th-century ranching operations. The landscapes are evaluated based on National Register of Historic Places criteria, emphasizing their significance in American history, architecture, archaeology, and culture. The document serves as a foundational tool for future planning and management decisions for Pecos National Historical Park.
    The Pecos National Historical Park's December 2015 Foundation Document outlines its core mission to preserve and interpret the historical and cultural significance of the Pecos area in New Mexico. The park highlights its role as a multicultural crossroads, its archeological importance through Kidder's work, and the natural resources of the Pecos River Watershed. Key features include the Pecos Pueblo, Spanish Missions, the Civil War Battle of Glorieta Pass, and the Forked Lightning Ranch. The document identifies crucial issues such as resource preservation, visitor enjoyment, partnership potential, relevancy, and operational efficiency, along with associated planning and data needs for each. It emphasizes ongoing efforts to mitigate climate change impacts, enhance visitor access to the Glorieta Battlefield, and improve overall park management and infrastructure.
    The document outlines the final deliverables for three film projects at Pecos National Historical Park: a 12-minute Primary Film (AV0226), a 5-minute Secondary Film (AV0227), and a 60-second Trailer (AV0XXX). For each program, the deliverables are categorized into video master files (4K UHD and HD resolutions with various audio configurations, captions, and audio descriptions), audio master files (WAV format for 5.1 surround and stereo mixes, including narration, effects, music, and full mixes with and without audio descriptions), and caption files (SRT and SCC in English and Spanish). Additionally, the document specifies video installation files (4K UHD and HD in MP4 H.265 format with open subtitles), audio description installation files, and web files for both video resolutions and captions. A comprehensive press kit including documents (synopsis, bios, fact sheet, FAQ, credits, social media posts) and graphics (film posters in PSD/AI and PDF formats) is required. Photo deliverables include signature images, publicity photos, behind-the-scenes photos, and headshots. The projects also require B-roll reels in 4K UHD and HD. Finally, a completion report containing licenses, source material lists, credits, scripts, sequence info, footage/sound logs, and music cue sheets, along with all post-production project files and associated assets, must be submitted. All files must be organized into specified hard drive locations.
    Attachment D outlines the cost breakdown for a video production project titled "THEATER FILM AND ADDITIONAL VIDEOS" for PECO, under Program Numbers AV-0226 and AV-0227. The document details expenses across three main phases: Development and Pre-Production, Production, and Post-Production. Each phase itemizes costs for personnel, services and purchases, travel, and administration, with a dedicated section for aerial costs in the production phase. The document serves as a comprehensive template for budgeting and tracking expenditures related to video content creation, ensuring transparency and accountability in the allocation of funds for various aspects of film and video production, from initial concept to final delivery.
    The document outlines a detailed payment schedule for a project, likely a government RFP or grant, specifying deliverables for various project phases. Payments are tied to the completion and acceptance of distinct tasks, including initial reports, project schedules, pitch decks, multiple drafts of treatment and production plans, and various stages of edits (rough-cut and fine-cut). The schedule also includes payments for post-shoot deliverables, foreign language and English/Hawaiian subtitles for the deaf and hard of hearing (SDH), audio descriptions, online edits with sound design, mix, and color correction, electronic press kits, B-roll reels, installation files, and final deliverables. A key instruction is that no two payment amounts should be identical, and contractors can subdivide line items using alphanumeric labeling. The structure allows for flexibility in adding more 'E' lines to accommodate filming approaches and payment subdivisions. This comprehensive payment breakdown ensures clear milestones for financial disbursement in the project.
    The provided document is a resume template designed for individuals responding to government RFPs, federal grants, or state and local RFPs. Its purpose is to showcase a candidate's qualifications and experience relevant to a proposed role. The template is structured to highlight a professional summary, selected relevant projects with detailed descriptions of roles, client/employer information, duties, and awards, followed by employment history, education, and professional recognition. This standardized format ensures that all necessary information is presented clearly and concisely, enabling government entities to efficiently assess the suitability of candidates for various projects or positions outlined in their solicitations.
    The document, Solicitation 140P2125Q0050 – Attachment M, is a Past Performance Questionnaire designed for contractors to provide information on past projects and for clients to evaluate contractor performance. It is used within federal government RFPs, federal grants, and state/local RFPs. The questionnaire requires detailed contractor information, contract specifics (type, price, dates), and a project description, including its relevance to current submissions. Clients are asked to rate the contractor on various aspects such as quality, schedule adherence, customer satisfaction, management, cost control, and safety/security using a defined adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable). The National Park Service (NPS) requests clients to submit the completed questionnaire directly to the offeror, who then submits it with their quote, though direct submission to the NPS Contracting Officer is also an option. The government retains the right to verify all information provided.
    The document, 140P2125R0050 Q&A’s, addresses questions for a National Park Service (NPS) Pecos National Historical Park film project. There is no incumbent for this work, and the NPS is flexible on camera and lens requirements, allowing Netflix-approved cameras and non-cinema lenses for specific uses like wildlife filming, provided cinematic quality is maintained. UAS usage is permissible with proper permitting, but there is no pre-approved list of drone models, and all hard drives must be encrypted. Submission of sample project excerpts and demo reels can be via downloadable links, with specific guidelines for highlight reel lengths for different key personnel roles. The contractor is responsible for licensing archival materials and will administer honoraria directly to participants. NPS will provide access to their Subject Matter Experts (SMEs) when appropriate, but contractors should also budget for independent SMEs. The films will be primarily in English, with Spanish subtitles and closed captions, but no full Spanish version or audio description. Re-enactments are not required or desired. The contractor is responsible for proposing the creative approach for animation, music curation, and film styles, which will be evaluated based on project goals. The final delivery date for all work is May 5, 2028, and the success of the films will be measured by their alignment with interpretive goals and production quality.
    This document is an amendment to solicitation number 140P2125R0050, dated August 15, 2025. The purpose of this amendment is to provide answers to questions that were due on August 28. It specifies that Phase I, a mandatory element, is still due on October 1, 2025, and Phase II is due on November 12, 2025. Offerors must acknowledge receipt of this amendment by completing and returning copies, or by separate communication, prior to the specified hour and date for offer receipt. The amendment also indicates that all other terms and conditions of the original solicitation remain unchanged and in full force and effect. The issuing office is DOI, NPS, HFC - Acquisition Management in Harpers Ferry, WV, and the contracting officer is Robert Adamson.
    This Request for Proposal (RFP) (Solicitation Number 140P2125R0050) is a 100% small business set-aside for audiovisual services for Pecos National Historical Park. The National Park Service seeks a contractor to produce a 12-minute primary film, a 5-minute secondary film, a 60-second trailer, and 2-4 standalone animation excerpts. The films will explore the park's history, cultural significance, and ongoing preservation efforts, featuring 4K UHD video, original music, and robust sound design. They will cater to both on-site and online audiences, emphasizing cultural authenticity through community voices. Key requirements include extensive research, adherence to technical and accessibility standards, and a two-phase proposal submission process, with Phase 1 due October 1, 2025, and Phase 2 due November 12, 2025. The budget for the project is between $300,000 and $340,000. All contractors must be registered in SAM.gov and submit proposals electronically to robert_adamson@nps.gov.
    Lifecycle
    Title
    Type
    HAFC PECO FILM
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    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.
    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.
    C--Sources Sought Notice
    Buyer not available
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.