Federal Contract Opportunity

Last Updated on 24 Jun 2025 at 8 PM
Combined Synopsis/Solicitation
Omaha Nebraska

Oral History for Sanson Ranch Oral History, WICA

Details

Solicitation ID 140P6025Q0046
Posted Date 24 Jun 2025 at 8 PM
Response Date 16 Jul 2025 at 5 PM
NAICS Category
Product Service Code
Set Aside women-owned small business (wosb) program set-aside (far 19.15)
Contracting Office Mwr Midwest Region(60000)
Agency Department Of Interior The
Location Omaha Nebraska United states

Possible Bidders

Sign up to access Documents

Signup now
Historic Resource Study for Wind Cave National Park (WICA), South Dakota

Combined Synopsis Solicitation 140P6025Q0046

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.

(ii) Solicitation number 140P6025Q0044 is issued as a Request for Quote (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. The FAC is available at https://www.acquisition.gov/FAR.

(iv) This requirement is set aside for Women-Owned Small Businesses in accordance with FAR 52.219-30Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program. The NAICS Code is 541720 - Research and Development in the Social Sciences and Humanities with a small business size standard of $28.0M.

(v) Line items:

00010 WICA Sanson Ranch Oral History Project, quantity of one (1), unit of issue job (jb)

(vi) This solicitation is for the preparation and completion of a Historic Resource Study for Wind Cave National Park (WICA), South Dakota.

(vii) Date(s) and place(s) of delivery and acceptance and FOB point:
Period of Performance: The anticipated start date is July 25, 2025, with a period of performance of 12 months after contract award.

Delivery and Acceptance Location: NPS, 601 Riverfront Dr, Omaha, NE 68102

FOB: Destination

(viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024) in the Standard Form 18 document)
Any questions pertaining to this solicitation must be sent via email to both [email protected] and [email protected] on or before July 7, 2025, at 8:00 am CDT. All questions will be answered in an Amendment to this solicitation and posted on or about July 09, 2025.

(ix) The provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition.
Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsive offeror submitting a quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical (2) Past Performance and (3) Price.

(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.

(xi) The clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties except for administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government.

(xii) The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition including paragraph (a) and the following clauses in paragraph (b): 52.203-17, 52.204-10, 52.204-27, 52.204-28, 52.204-30, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.225-1, 52.225-3, 52.225-13, 52.226-8, 52.232-34, 52.240-1, 52.222-41, 52.222-42, 52.222-55, 52.222-62. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

(xiii) Offerors shall comply with the included terms and conditions applicable to acquisitions of commercial items and all addenda/attachments.

Offerors are to refer to the complete solicitation package for full terms and conditions. The complete solicitation package includes this posting, all attachments, and any amendments which may be posted during the solicitation.
The full text of the referenced FAR clauses (and provisions) may be accessed electronically at https://www.acquisition.gov/far/.

Attachments included:

1. Scope of Work
2. SCA Wage Determination
3. Past Performance Questionnaire
4. Standard Form 18

(xiv) N/A

(xv) All offers must be submitted by the due date to be considered. Quotes are due on or before July 16, 2025, at 12:00 pm CDT.
Quotes shall be submitted electronically via email to: [email protected]

(xvi) Contract Administration Data

James Bissaillon
Contract Specialist
DOI, National Park Service, Interior Region 3,4,5
ConOps Central, Nebraska Major Acquisition Buying Office
Email: [email protected]
Phone: (402) 800-8292

Similar Opportunities

Omaha Nebraska 17 Jul 2025 at 5 PM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 08 Jul 2025 at 2 PM
Location Unknown 07 Jul 2025 at 4 AM

Similar Awards

Omaha Nebraska Not Specified
Location Unknown 16 Sep 2011 at 6 PM
Location Unknown 15 Sep 2009 at 11 PM
Atlanta Georgia Not Specified
Location Unknown 09 Sep 2016 at 2 PM