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), under the Department of the Interior, is soliciting quotes for Event Management Services for the 250th Celebration of Evacuation Day at Boston National Historical Park, MA. This is a Total Small Business Set-Aside opportunity. Quotes are due by January 30, 2026, at 12:00 PM ET.
Scope of Work
The contractor will provide comprehensive event management for a one-day outdoor ceremony on March 17, 2026, at Dorchester Heights Monument, Boston, MA. Key services include:
- Event planning and coordination for a large-crowd outdoor ceremony.
- Site plan preparation, setup and breakdown oversight.
- Cue sheet and script input, audio-visual support, and stage manager coordination.
- Video production, including post-event editing and government review.
- All necessary labor, transportation, materials, and supervision.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Purchase Order, with separate optional line items for additional services.
- Period of Performance: Anticipated from February 6, 2026, through April 6, 2026. The event is March 17, 2026, with setup on March 16, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561920, Convention and Trade Show Organizers, with a $20M size standard.
- Quotes Due: January 30, 2026, by 12:00 PM ET.
- Questions Due: January 23, 2026, by 10:00 AM ET.
- Published Date: January 16, 2026.
Evaluation
Offers will be evaluated based on the lowest-priced, responsible Offeror whose proposal conforms to the solicitation requirements for technical acceptability. Evaluation factors include:
- Technical Capability: Submission of a technical approach/descriptive work plan demonstrating ability to meet SOW requirements, including proposed sub-contractors.
- Past Performance: A minimum of three recent and relevant projects (within the past five years) demonstrating technical capability, with customer contact information and project descriptions.
- Price: Quotes must include a price for each Contract Line Item Number (CLIN). Hourly rates are required for Time & Materials items, specifying applicability to the offeror, subcontractors, or affiliates.
Special Requirements & Notes
- The Service Contract Act (SCA) Wage Determination 2015-4047 Rev 32 applies, requiring bidders to account for minimum wage rates and fringe benefits.
- Site restrictions include: no ground stakes (weighted blocking required for tents), protection of irrigation systems, no on-site water or power, restricted vehicle access on event day, and designated parking for contractor staff.
- Work outside regular hours (7:00 AM - 5:00 PM, Mon-Fri) is not permitted except on the event day.
- Contractor must be fully insured and responsible for damage repair and turf restoration.
- Offerors must submit a completed FAR 52.212-3, Offeror Representations and Certifications Commercial Items.
- Electronic invoicing and payment will be processed through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).
Contact Information
- Primary Contact: Samuel McKenzie (samuel_mckenzie@nps.gov)