CONTEXTUAL HISTORY STUDY FOR CIVILIAN CONSERVATION
ID: 140P5225Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER WEST(52000)TUPELO, MS, 38804, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SPECIAL STUDIES/ANALYSIS- HISTORICAL (B521)

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 a qualified contractor to conduct a contextual history study focused on the contributions of the Civilian Conservation Corps (CCC) at Vicksburg National Military Park during the New Deal Era. The objective of this procurement is to document the historical significance of CCC programs, utilizing existing documentation and conducting thorough historical research to fill in gaps, ultimately producing a detailed narrative report and interpretive materials for public engagement. This study is crucial for resource management and educational purposes, highlighting the park's historical evolution and the impact of New Deal programs on its development. Interested small businesses must submit their proposals by May 9, 2025, and can direct inquiries to Dallas Harper-Staub at dallas_harper-staub@nps.gov or by phone at 256-986-0815.

    Point(s) of Contact
    Files
    Title
    Posted
    The Vicksburg National Military Park, in partnership with the Mississippi Department of Archives and History, is commissioning a comprehensive contextual history study on the impact of Civilian Conservation Corps (CCC) programs during the New Deal Era, particularly from 1933 to the 1940s. This study, mandated by a Memorandum of Agreement to address the adverse effects of demolishing the Old Administration Building, aims to document the historical significance and contributions of the CCC within the Park. It encompasses a review of existing documentation, thorough historical research, and the creation of a detailed narrative report and interpretive components for public engagement. Key tasks include identifying historical gaps, utilizing primary sources, and linking the Park's developments to regional CCC efforts. The project is outlined in four main parts: documentation review, historical research, narrative report writing, and creating interpretive materials. The final deliverables must meet specific formatting and compliance standards, with a completion timeline of twelve months post-award. This study is critical for resource management and educational purposes, highlighting the Park's historical evolution and the role of New Deal programs in shaping its landscape.
    The document titled "Solicitation No. 140P5225Q0007-Attachment 3, Past Experience" serves as a form for offerors to detail their previous project experiences, qualifications of key personnel, subcontractor information, and references related to a government Request for Proposal (RFP). Offerors are instructed to list relevant projects from the past five years, providing specifics such as project value, owner details, and descriptions of their work. Transparency about less-than-satisfactory past performances is emphasized, where offerors must explain discrepancies and remedial actions taken. Furthermore, the offerors are required to include qualifications of key personnel involved in the project, outlining their education and relevant experience. The form also seeks detailed information on proposed subcontractors, their roles, and references that underline their capability to deliver on specific tasks. The document underscores the importance of thorough disclosures and the potential impact on assessments of past performance, aiming to ensure that the government secures competent and reliable contractors for the proposed work.
    The document is an amendment related to solicitation number 140P5225Q0013, which addresses questions posed by potential contractors regarding a project at Vicksburg National Military Park. The amendment extends the solicitation period and clarifies expectations regarding research, documentation, and deliverables. It notes that contractors are responsible for identifying non-Park repositories for research without specific guidance from the government. Additionally, the document outlines that various narrative lengths and design templates are left to the contractor’s discretion, with preferences stated for certain analyses and comparisons. The period of performance for the contract is established from May 9, 2025, to May 9, 2026. Contractors are encouraged to gain independent access to archives and are expected to balance thoroughness with budget constraints. The amendment emphasizes that while past performances of the prime contractor and key personnel are crucial, all pertinent experiences will be acknowledged. Overall, the amendment serves to ensure potential contractors grasp the requirements and expectations thoroughly, facilitating informed bids for the project.
    The document is a Request for Quotation (RFQ) for a contextual history study concerning the Civilian Conservation Corps (CCC) at Vicksburg National Military Park, issued under solicitation number 140P5225Q0013. The aim is to engage a contractor who will research and document the historical significance and impact of New Deal Era programs, specifically the contributions of the CCC to park design and projects between the 1930s and 1940s. This procurement is set aside for small businesses within the NAICS code 541990, with a contract type anticipated to be a firm-fixed price. Quoters must provide a comprehensive quote that incorporates all labor, materials, and relevant expenses, and demonstrate technical and past performance capabilities. The evaluation will consider the technical merit of proposals, past experience, and pricing. The selected contractor will have a performance period of twelve months post-award to deliver the final draft, which will undergo peer review before approval. Additionally, compliance with the System for Award Management (SAM) registration requirements is mandatory. The deadline for proposal submission is May 9, 2025.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    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--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.
    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.
    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.
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    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--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.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    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.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.