FileMakerPro Services, Harpers Ferry Center
ID: 140P2124Q0258Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

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

    The INTERIOR, DEPARTMENT OF THE, NATIONAL PARK SERVICE, WASHINGTON CONTRACTING OFFICE has issued a Combined Synopsis/Solicitation notice for FileMakerPro Services at Harpers Ferry Center. FileMakerPro Services are typically used for custom computer programming services. The procurement is set aside for Total Small Business and the NAICS code is 541511. For more information, contact David Clark at david_clark@nps.gov or 6029899775.

    Point(s) of Contact
    Files
    Title
    Posted
    This document appears to be a form for tracking and documenting the property issued by the United States Department of the Interior National Park Service. It includes blank fields for describing the items, quantity, unit of issue, and cost.
    This document is a property pass issued by the Department of the Interior, authorizing an individual to remove or enter with property. The pass includes information such as the type of pass, building, date issued, and date expires. The bearer of the pass is responsible for the listed property and may be held financially liable for any negligence.
    The document is a pricing form for FileMaker Pro development work. It includes the hourly rate, hours/trips, and totals for different databases and administrative tasks. The total price is not mentioned in the document.
    This document is a solicitation for commercial items and services. The contract requires the development and maintenance of FileMaker databases. The contractor must provide liability insurance and comply with various regulations and representations. The offeror must submit a quote with separate volumes for technical capability and cost/price. The contract will be awarded to the lowest price offer that meets the technical specifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SME Svcs for NAIS Application
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking proposals for Subject Matter Expert (SME) services related to the National Associate Information System (NAIS). The procurement aims to engage contractors with prior experience in the NAIS system to perform critical tasks such as reverse engineering the software, documenting functionalities, and executing functional test cases over a project period from December 1, 2024, to November 30, 2028. This initiative underscores the importance of leveraging small businesses, particularly women-owned small businesses, in federal contracting while ensuring compliance with security protocols and effective project delivery. Interested parties must submit their proposals by October 29, 2024, and direct any questions to Gina Lee at gina.lee@nist.gov or by phone at 301-975-8334.
    Broad Agency Announcement FY24
    Active
    Interior, Department Of The
    Solicitation from the Department of the Interior, US Geological Survey, is seeking custom computer programming services. This service is typically used for developing and maintaining software applications. For more information, contact Marcia Hall at mmhall@usgs.gov or 0000000000.
    F--Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial guidelines, with a contract period from December 1, 2024, to November 30, 2025, and four optional one-year extensions through November 30, 2029. This opportunity is significant as it supports the management of a popular outdoor site that attracts millions of visitors annually, contributing to conservation efforts and enhancing visitor experiences. Interested small businesses must submit their quotations electronically by October 18, 2024, and can direct inquiries to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is planning to procure Land Management Integrated Resources (LMIR) National BPA. This project includes a wide range of services such as Professional Services, Natural Resources Restoration, Engineering, Project Management, and more. The BPA will be open-continuous and can be utilized by all agencies once awarded. For more details, refer to the attached Pre-Advertisement document.
    SEKI 342662 Demolish Ranger Station, Sequoia & Kin
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the demolition of the Ranger Station at Sequoia & Kings Canyon National Parks in California, under solicitation number 140P2025Q0001. The project aims to safely remove the structure, including any hazardous materials, and restore the site for future use, emphasizing compliance with safety and environmental regulations. This initiative reflects the government's commitment to maintaining public health standards and ecological integrity within national parks. Interested contractors, particularly small businesses, must submit their proposals by the specified deadline, and for further inquiries, they can contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
    61--Transformer and Switchboards for Yosemite NP
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide one three-phase transformer and two switchboards for Yosemite National Park, California, under solicitation number 140P8524Q0128. The procurement aims to enhance the electrical infrastructure at the El Portal Administrative Camp, adhering to stringent specifications and industry standards for safety and performance. This opportunity is crucial for maintaining reliable power distribution within the park, with a contract period of performance from November 25, 2024, to October 1, 2025. Interested vendors must submit their quotes by October 24, 2024, at 1:00 p.m. Pacific time, and can contact Lisa Henson at LisaHenson@nps.gov or 928-612-0074 for further information.
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    T--BWC, Tasers, DEM Solution & Support
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking information from qualified firms regarding the procurement of body-worn cameras, electronic control devices (tasers), in-vehicle cameras, and digital evidence management systems for law enforcement applications. The objective is to gather insights on the capabilities of potential suppliers to meet these requirements, which are crucial for enhancing law enforcement operations and ensuring compliance with standards such as FEDRAMP for cloud-based solutions. Interested parties, including both large and small businesses across various socioeconomic categories, are encouraged to respond to the Request for Information (RFI) by providing detailed specifications and anticipated costs for outfitting 500 officers. For further inquiries, Michelle Shoshone can be contacted at michelleshoshone@nps.gov or by phone at 202-578-9322. This notice is for information and planning purposes only and does not constitute a commitment to issue a formal solicitation.
    Y--BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The fire station will enhance safety infrastructure within the national park, featuring a 5,142 square foot facility designed to accommodate emergency services and comply with various building codes and environmental regulations. Interested contractors must submit their proposals by November 7, 2024, at 3:00 PM ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    M--Paradox Valley (PVU) Operations, Maintenance and Repair (OM&R) Services - Pre-s
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is preparing to solicit Operations, Maintenance and Repair (OM&R) Services for the Paradox Valley Unit located near Bedrock, Colorado. This procurement, classified under NAICS code 561210, will be conducted as a Full and Open Competition, with the intention of establishing a Firm Fixed Price purchase order contract. The services are crucial for the effective operation of government-owned contractor-operated facilities, ensuring their maintenance and functionality. Interested vendors should note that the anticipated solicitation will be posted approximately 15 days from this notice, with proposals due 30 days after issuance. For further inquiries, vendors may contact Tochukwu Aniche via email at taniche@usbr.gov.