Service, Temporary Exhibit for MALU
ID: 140P5125Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Showcase, Partition, Shelving, and Locker Manufacturing (337215)

PSC

OPERATION OF EXHIBIT DESIGN (NON-BUILDING) (M1PB)

Set Aside

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

    The National Park Service (NPS) is seeking proposals from qualified small businesses for the design, fabrication, and installation of a temporary pop-up exhibit at the Martin Luther King Jr. National Historical Park, specifically at Historic Fire Station No. 6 in Atlanta, Georgia. The project aims to educate visitors about Dr. King's life and legacy during renovations of the Visitor Center, with a focus on creating an engaging and informative experience while adhering to strict accessibility standards and historical preservation laws. The contract period is set from April 7, 2025, to July 7, 2025, with proposals due by April 2, 2025. Interested contractors should contact Jade Bynum at Jade_Bynum@nps.gov or call 404-507-5756 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for planning, designing, and fabricating exhibits for the National Park Service, particularly through the Harpers Ferry Center. It details a structured approach, divided into phases such as Pre-Design, Schematic Design, Design Development, Production Design, and Installation. Each phase involves tasks like content development, design iterations, fabrication processes, and installation procedures, while emphasizing accessibility standards compliant with federal laws. Key roles include a Project Manager who oversees coordination and communication between the contractor and National Park Service representatives. Specific requirements for cost estimates, quality control, and documentation are also highlighted. The document serves as a comprehensive guide to ensure that all exhibits meet educational, aesthetic, and safety standards, reflecting the agency's mission to create informative and accessible visitor experiences in national parks. The structured methodology aims to streamline the project processes, ensuring adherence to timelines and budgets while fulfilling the creative vision for exhibits.
    The "Programmatic Accessibility Guidelines for NPS Interpretive Media" from February 2012 serves as a comprehensive resource for National Park Service (NPS) personnel and contractors involved in developing interpretive media. The guidelines emphasize the need for accessibility in creating resources such as publications, exhibits, audiovisual programs, and web-based media, ensuring equitable access for individuals with diverse abilities, including physical, sensory, and cognitive disabilities. Key sections include interpretive planning, budgeting for accessibility from project inception, and various media-specific recommendations, including captioning, audio description, and assistive listening systems. The document outlines the necessity of universal design principles and provides strategies for evaluating the effectiveness and accessibility of interpretive media throughout three evaluation stages: front-end, formative, and summative. Also included are appendices detailing relevant laws, resources, and principles of universal design to guide NPS efforts. The guidelines ultimately promote an inclusive visitor experience, aligning with federal policy requirements for accessibility in public programs and facilities.
    The document outlines the National Park Service's (NPS) standard specifications for the planning, design, production, and installation of electronic programs. It serves as a guideline for contractors engaged through Indefinite Delivery Indefinite Quantity (IDIQ) contracts to ensure compliance with relevant accessibility standards, creative processes, and project management practices. Key sections include definitions relevant to audiovisual programs, project management roles, and detailed phases of audiovisual and digital interactive program development. The process encompasses pre-production planning, production execution, and post-production phases, emphasizing audience-centered experiences and accessibility for individuals with disabilities. It mandates adherence to federal laws such as the Architectural Barriers Act and the Americans with Disabilities Act, ensuring that outputs accommodate various audience needs. The document aims to establish a coherent process for creating high-quality interpretive media that enhances visitor experience while adhering to regulatory frameworks and fostering a collaborative environment between contractors and the NPS.
    The National Park Service issued a combined solicitation/synopsis for Pop-Up Exhibit Services at the Martin Luther King, Jr. National Historical Park in Atlanta, Georgia. This project involves the design, fabrication, and installation of a temporary exhibit at Historic Fire Station No. 6, aimed at educating visitors about Dr. King's life and the Sweet Auburn community. The solicitation is exclusively open to small businesses under NAICS code 337215, with specific requirements for technical capability, price, and past performance. The contractor must demonstrate experience in exhibit planning and design, particularly within historic settings, and must adhere to accessibility guidelines. Work will include comprehensive design and maintenance of the exhibits, delivered in a modular format that allows for relocation. The total project period is from April 7, 2025, to July 7, 2025, with deliverables including material sample boards, exhibit installations, and a warranty on materials and workmanship. Proposals must conform to strict guidelines, including insurance certification and representation of capabilities, emphasizing engagement with the history of the Civil Rights Movement while ensuring minimal impact on the historic structure. This initiative reflects the National Park Service's commitment to preserving and interpreting significant historical sites for current and future generations.
    The Martin Luther King, Jr. National Historical Park is seeking proposals for a pop-up exhibit at Historic Fire Station No. 6. The exhibit will be an indoor installation, utilizing approximately 1,400 square feet of space on the first floor, with dimensions allowing for a 10' -7 ½” wide by 13' – 9 7/8” high egress. Contractors will have access for parking delivery trucks during installation on weekdays between 8 AM and 5 PM, and electrical outlets for LED lighting will be available along the walls. This project will not include artifacts, and the contractor is responsible for supplying images and text for the exhibit, rather than utilizing existing materials from the park. Additionally, audio/visual components are expected to be included in the design. The focus is on custom-fabricated exhibit structures, with NAICS code 712110-Museums being acceptable for bidders. Potential access to electrical elements may require the use of a man lift. This Request for Proposals emphasizes the park's intent to create an informative and engaging exhibit that aligns with its historical significance while adhering to operational guidelines.
    The document is an amendment to solicitation number 140P5125Q0012, issued by the National Park Service for Pop-Up Exhibit Services at the Martin Luther King, Jr. National Historical Park in Atlanta, GA. This amendment extends the deadline for quotes from March 31, 2025, to April 2, 2025, and outlines changes to relevant clauses in compliance with federal regulations, specifically addressing the procurement of exhibit design services. It emphasizes the importance of submitting acknowledged amendments and certificates of insurance. The solicitation, set aside for small businesses under NAICS Code 337215, invites quotes based on technical capability, price, and past performance, evaluated on a best-value basis. The revised performance period is from April 7, 2025, to July 7, 2025, aiming to ensure compliance with updated procurement standards while fostering opportunities for small business participation in federal contracts. The document reinforces the agency's commitment to transparency and structured bidding processes within public procurement.
    The National Park Service (NPS) issued a Request for Quotation (RFQ) for Pop-Up Exhibit Services at the Martin Luther King Jr. National Historical Site, specifically at Historic Fire Station No. 6, Atlanta, GA. The solicitation (140P5125Q0012) is set aside for small businesses and aims to provide temporary exhibits that educate visitors about Dr. King's life and legacy during Visitor Center renovations. Responses are due by March 31, 2025. The project entails the design, fabrication, and installation of portable exhibit elements, adhering to accessibility standards and detailed specifications set forth by NPS. The contractor will collaborate closely with park staff for planning and execution, ensuring quality control and compliance with historical preservation laws. A certificate of insurance is required. The contractor's qualifications should include experience in exhibit work, knowledge of civil rights history, and the ability to manage projects in historic contexts. The contract period is defined from April 7, 2025, to July 7, 2025. This initiative reflects NPS's commitment to enhancing visitor engagement and promoting awareness of Civil Rights history while maintaining a small business set-aside approach in federal procurement practices.
    Lifecycle
    Title
    Type
    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
    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.
    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.
    Rock Creek Park Little House Leasing Opportunity
    Interior, Department Of The
    The National Park Service (NPS) is offering a leasing opportunity for the "Little House" located at 3131 Nebraska Ave NW, Washington, D.C., within Rock Creek Park. The property, which is available for long-term lease for business or residential use, includes a three-bedroom home with essential amenities and is situated in a 100-year flood zone. The selected lessee will be responsible for all repairs, maintenance, and improvements to the property, with a minimum fair market rent set at $6,500 per month and a potential lease term of up to 60 years. Interested parties should note that the proposal submission deadline is January 26, 2026, and can contact Gary Shipley at NPSNCRLeasing@nps.gov or by phone at 202-619-6391 for further details.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    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--PACIFIC AND INTERMOUNTAIN REGION IDIQ MULTI-DISCIPLINARY AE DESIGN SERVICES
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Pacific and Intermountain Regions. The procurement aims to gather market interest and qualifications from both large and small businesses for various architectural and engineering services, including historic structure preservation, accessibility upgrades, and infrastructure improvements. This initiative is crucial for maintaining and enhancing the NPS's facilities and services, ensuring compliance with federal standards and improving visitor experiences. Interested firms must demonstrate their capabilities and comply with federal subcontracting limitations, with responses due by January 16, 2026, at 2:00 PM Mountain Time. For further inquiries, contact Edwin Berry at edwinberry@contractor.nps.gov or call 303-969-2288.
    R--National Capital Region Events Management MATOC
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking a contractor to manage and plan events within the National Capital Area, including high-profile occasions such as the Cherry Blossom Festival and Independence Day Celebration. The contractor will be responsible for organizing both recurring events, like the National Symphony Orchestra concerts and the National Christmas Tree Lighting, as well as nonrecurring events that may arise throughout the year. This procurement is crucial for maintaining the cultural and community engagement that these events foster in the region. Interested small businesses are encouraged to reach out to Dianna Durbin at diannadurbin@nps.gov or call 202-619-739 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    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.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    Z--BICR 316236 - Rehabilitate Civil Rights Structures (A.G. Gaston Motel)
    Interior, Department Of The
    Sources Sought INTERIOR, DEPARTMENT OF THE NATIONAL PARK SERVICE is seeking sources for the procurement of rehabilitating civil rights structures, specifically the A.G. Gaston Motel. This service is typically used for the repair or alteration of restoration of real property, specifically commercial and institutional building construction. For more information, please contact Carlos Garcia at carlosgarcia@nps.gov or 7209006595.
    Exhibition Design Services
    Library Of Congress
    The Library of Congress is seeking an experienced exhibit design firm to provide creative design services for the upcoming exhibition titled "Inside the Creative Process" at the newly opened Treasures Gallery in Washington, D.C. The selected contractor will be responsible for developing design concepts, layouts, and promotional materials for the exhibition, which will feature approximately 120 high-value original objects, adhering to museum-quality, conservation, and security standards. This opportunity is critical for showcasing the Library's treasures and ensuring an engaging visitor experience, with the exhibition scheduled to open in October 2027 and the contract period extending from February 2026 to January 2028. Interested firms should contact Olexiy Levchuk at olevchuk@loc.gov or Moji Adejuwon at moad@loc.gov for further details, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 5, 2026.