REMEDIATE MOLD IN VICK MUSEUM COLLECTION

SOL #: 140P5226R0008Combined Synopsis/Solicitation

Overview

Buyer

Interior
National Park Service
SER WEST(52000)
TUPELO, MS, 38804, United States

Place of Performance

Vicksburg, MS

NAICS

Remediation Services (562910)

PSC

Waste Treatment And Storage (S222)

Set Aside

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

Timeline

1
Posted
May 12, 2026
2
Submission Deadline
Jun 5, 2026, 7:00 PM

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, Contracting Operations East, is seeking professional conservation assistance for the remediation of mold from the Vicksburg National Military Park museum collection in Vicksburg, MS. This is a Combined Synopsis/Solicitation for a firm fixed-price contract under a Total Small Business Set-Aside. Proposals are due by June 5, 2026, at 2:00 PM CT.

Purpose & Scope

The primary objective is to provide all labor, materials, tools, equipment, and supervision to remediate mold from approximately 635 museum objects (primarily wooden) located in Bally Building 1, which were first affected in Fall/Winter 2022. The scope includes:

  • Evaluating, cleaning, and conserving affected objects.
  • Conducting a collection condition survey.
  • Providing written treatment reports and photographic documentation.
  • Transporting objects to an off-site facility for treatment and ensuring their safe return.
  • Recommending storage improvements if necessary. All conservation treatment must adhere to the Code of Ethics and Standards of Practice of the American Institute for Conservation (AIC) and NPS Museum standards, employing a "minimal intervention" strategy. The contractor is responsible for packing, moving, and ensuring the health and safety of objects and personnel, including the use of full Personal Protective Equipment (PPE).

Contract Details

  • Contract Type: Firm Fixed-Price.
  • NAICS Code: 562910.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Period of Performance: April 1, 2026, to September 30, 2026.
  • Place of Performance: Vicksburg National Military Park, MS, and the contractor's off-site facility.
  • Wage Determination: The U.S. Department of Labor's Service Contract Act wage determination for specific Mississippi counties applies, requiring bidders to account for mandated minimum wages and benefits.

Submission & Evaluation

  • Proposals Due: June 5, 2026, at 2:00 PM CT (1400 CT).
  • Submission Method: Electronically to tclark@ios.doi.gov.
  • Evaluation Factors: Proposals will be evaluated based on cost, technical approach, and relevant experience.
  • Mandatory Requirements: Bidders must provide a registered Unique Entity Identifier (UEI#) and references of applicable experience.
  • Site Visit: A site visit is scheduled for May 27, 2026, at 10:00 AM CT at Vicksburg National Military Park (3201 Clay Street, Vicksburg, MS 39183). Confirmation of attendance is required via email to tclark@ios.doi.gov.

Special Requirements

Contractors must provide a current resume, detailed approach, statement of technical capacity, evidence of past experience, a sample treatment report, and a list of PPE. Insurance coverage for a total value of $100,000.00 is required. All information developed under the contract is U.S. government property and must be kept confidential. Electronic invoicing via the Invoice Processing Platform (IPP) is mandatory.

People

Points of Contact

Clark, TaraPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 12, 2026