PERL VIRTUAL QUEUING SYSTEM

SOL #: 140P8226Q0004Combined Synopsis/Solicitation

Overview

Buyer

Interior
National Park Service
PWR HONO MABO(82000)
HONOLULU, HI, 96850, United States

Place of Performance

Place of performance not available

NAICS

Computing Infrastructure Providers (518210)

PSC

Lease Or Rental Of Equipment: Office Machines, Text Processing Systems And Visible Record Equipment (W074)

Set Aside

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

Timeline

1
Posted
Feb 17, 2026
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Mar 20, 2026, 9:59 AM

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) is soliciting proposals for a commercial, off-the-shelf (COTS) Virtual Standby Queuing System for the Pearl Harbor National Memorial in Oahu, Hawaii. This Total Small Business Set-Aside aims to significantly reduce visitor wait times for the USS Arizona Memorial boat, improve safety, and enhance the overall visitor experience. The government intends to award a Purchase Order or multiple-award Blanket Purchase Agreements. Proposals are due March 19, 2026.

Purpose & Objective

The primary objective is to implement and maintain a fully functional, end-to-end COTS virtual standby queuing system. This system will manage visitor flow, minimize exposure to environmental elements, and streamline access to the USS Arizona Memorial, contributing to a better visitor experience.

Scope of Work

The contractor shall provide a comprehensive virtual queuing solution, including:

  • Software: A COTS system featuring an administrator dashboard, attendant web application, visitor mobile web application, check-in kiosk, multi-language SMS notifications, ADA compliance, alert posting capabilities, and digital signage integration.
  • Hardware: Provision and maintenance of essential hardware such as touchscreen kiosks, QR code scanners, mini tablets for staff, digital signage players, LCD monitors, and all necessary stands and cables.
  • Services: Full installation, configuration, system integration, testing, and comprehensive training for NPS staff. Ongoing customer and technical support during operating hours (7:00 a.m. – 5:00 p.m. HST), preventive maintenance, repairs, replacements, and software updates are also required.

Contract Details

  • Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS: 518210 (Data Processing, Hosting, and Related Services), with a size standard of $40 million.
  • Period of Performance: A base period commencing on or before April 1, 2026, followed by four one-year option periods, extending through March 2031.
  • Place of Performance: Pearl Harbor National Memorial, Oahu, Hawaii.

Submission & Evaluation

  • Quotes Due: March 19, 2026, by 11:59 P.M. HT. Submissions must be sent electronically to Lei_Yang@nps.gov.
  • Questions/RFIs Due: March 2, 2026, by 12:00 P.M. HT, also to Lei_Yang@nps.gov.
  • Site Visit: A site visit can be arranged upon request by emailing Lei_Yang@nps.gov by March 2, 2026.
  • Required Submissions: Offerors must complete the attached Price Schedule and SF 1449. A detailed technical proposal is required, addressing system architecture, enrollment methods, queue management, notification capabilities, accessibility, support, and hardware. Commercial product literature, an implementation/support approach, and past performance information (at least three recent and relevant contracts) are also mandatory.
  • Evaluation Factors: Proposals will be evaluated based on Price, Technical merit, and Past Performance, in accordance with FAR 13.106-2(b)(4)(i) and/or (ii).
  • Eligibility: An active SAM.gov registration is mandatory for quote submission and award consideration. Quoted pricing must remain valid for a minimum of 60 days.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
W--PERL VIRTUAL QUEUING SYSTEM | GovScope