R--Boston National Historical Park- EVENT MANAGEMENT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Park Service (NPS), specifically Boston National Historical Park, is soliciting proposals for Event Management Services to commemorate the 250th anniversary of Evacuation Day at Dorchester Heights. This is a Total Small Business Set-Aside for a Firm-Fixed-Price contract. Quotes are due January 28, 2026.
Scope of Work
The contractor will provide comprehensive event planning and coordination for a one-day outdoor ceremony on March 17, 2026. Services include site plan preparation, setup and breakdown oversight, cue sheet and script input, audio-visual support, stage manager coordination, and video production. The event will take place outdoors, rain or shine, at Dorchester Heights Monument, Boston, MA.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Purchase Order, with separate optional line items for additional services.
- Period of Performance: February 6, 2026, to April 6, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561920, Convention and Trade Show Organizers ($20M size standard).
- Place of Performance: Dorchester Heights Monument, 95R G Street, Boston, MA 02127.
Submission & Evaluation
- Quotes Due: Wednesday, January 28, 2026, at 12:00 PM ET.
- Questions Due: Monday, January 26, 2026.
- Evaluation: Award will be made to the lowest-priced, responsible Offeror whose quote conforms to solicitation requirements for technical acceptability. Evaluation factors include:
- Technical Capability: Demonstrated ability to meet SOW requirements, including proposed subcontractors.
- Past Performance: Minimum of three recent and relevant projects within the past five years.
- Price: Quotes must include pricing for each CLIN, with hourly rates for Time & Materials items if applicable.
- Offerors must acknowledge receipt of all amendments and submit a completed FAR 52.212-3.
Special Requirements & Notes
A pre-event site visit with the COR is required within 72 hours of award. The contractor must provide all labor, transportation, materials, and supervision. Key site restrictions include no ground stakes (weighted blocking required), protection of irrigation systems, and no on-site water or power. Dumpsters are available at Charlestown Navy Yard. A Service Contract Act Wage Determination (2015-4047 Rev 32) applies, outlining minimum wage rates and fringe benefits. A site visit was scheduled for January 23, 2026.
Contact Information
Primary Contact: Samuel McKenzie (samuel_mckenzie@nps.gov)