Closed Solicitation · DEPARTMENT OF THE INTERIOR

    ORAL HISTORY FOR SANSON RANCH ORAL HISTORY, WICA

    Sol. 140P6025Q0046Combined Synopsis/SolicitationSet-aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)OMAHA, NE
    Closed
    STATUS
    Closed
    closed Jul 16, 2025
    POSTED
    Jun 24, 2025
    Publication date
    NAICS CODE
    541720
    Primary industry classification
    PSC CODE
    B521
    Product & service classification

    AI Summary

    The National Park Service is seeking quotes for a Historic Resource Study focused on the Sanson Ranch at Wind Cave National Park, South Dakota, under solicitation number 140P6025Q0046. This opportunity is set aside for Women-Owned Small Businesses, with a NAICS code of 541720. The project is expected to commence on July 25, 2025, and last for 12 months. Interested bidders must submit questions by July 7, 2025, and include required certifications with their offers.

    Contract details

    Solicitation No.
    140P6025Q0046
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
    Posted Date
    June 24, 2025
    Response Deadline
    July 16, 2025
    NAICS Code
    541720AI guide
    PSC / Class Code
    B521
    Primary Contact
    Bissaillon, James
    City
    OMAHA
    State
    NE
    ZIP Code
    68102

    Description

    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 james_bissaillon@nps.gov and adam_kircher@nps.gov 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: james_bissaillon@nps.gov

    (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: james_bissaillon@nps.gov
    Phone: (402) 800-8292

    Key dates

    1. June 24, 2025Posted Date
    2. July 16, 2025Proposals / Responses Due

    Frequently asked questions

    ORAL HISTORY FOR SANSON RANCH ORAL HISTORY, WICA is a federal acquisition solicitation issued by DEPARTMENT OF THE INTERIOR. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.