National Mall and Memorial Parks (NAMA) WWII Memorial Operations and Maintenance IDIQ

The current Federal Business Opportunity (140D0424Q0127 ) under NAICS: 561210 (Facilities Support Services) is out of the Department of the Interior (DOI), National Park System (NPS), National Capital Region (NCR), National Mall and Memorial Parks (NAMA) for the World War II (WWII) Memorial.  The Updated Solicitation Notice is for the Indefinite Delivery Indefinite Quantity (IDIQ) vehicle and Seed Task Order (TO) for Operations and Preventative Maintenance services and emergency and non-emergency repairs.  The current set-aside is listed as a Total Small Business Set-Aside. 

The current contract is a Single Award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with one base year and four one-year options. This is a commercial single-award contract.  Task Orders will be Firm Fixed Price.

Current 140D0424Q0127 Updated Solicitation (sam.gov):

    • Posted: February 16, 2024
    • Updated Offers Due Date: March 11, 2024 2:00 pm EST

Point of Contact:

Primary Contact:  Moriah Fobbs, Moriah_fobbs@ibc.doi.gov

Scope:

The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the operations, preventative maintenance, and emergency and non-emergency repair services of the World War II Memorial as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract.

The National Mall and Memorial Parks are where the nation comes to remember and where history is made. As “America’s Front Yard,” the National Mall and Memorial Parks are home to many of our country’s most iconic memorials telling the story of people and events that shaped us as a nation. Each year, millions of people come to recreate, commemorate presidential legacies, honor our veterans, and make their voices heard. The World War II Memorial is a unique structure serving as a work of art, a memorial of significant emotional power, and a functioning park with several moving water features. Each of these aspects presents major maintenance and operational challenges. In combination, they require considerable orchestration of contractor resources coupled with a deep sensitivity to the significance of the memorial and the concerns of military veterans and the general public.

Place of Performance:

The place of performance will be at the NAMA WWII Memorial located between 17th Street and the reflecting pool East to West and Constitution Gardens and Independence Avenue North to South.

Period of Performance:  07/24/2024 to 07/23/2029

Value: $7,500,000.00

The program ceiling value for the IDIQ and all awarded TO as a result of this solicitation is $7.5 Million. Each task order shall not exceed $2,500,000. The aggregate value of the awarded TO/DOs as well as the minimum guarantee shall not exceed the program ceiling value for the five (5) year ordering period.

Possible Related or Similar Contracts:

 The following information are contracts that were identified as being similar to the current procurement.  As of this posting an incumbent for this procurement could not be verified.

 2017 Contract Award:

Description of Requirement: Facilities Maintenance Service for WWII Memorial, National Mall and Memorial Parks, Washington, DC.

Task Order INP17PD01351 under Contract GS06Q16BQDU104 to AAA Complete Building Services for $2,052,112.76 on June 17, 2017. The Estimated Ultimate Completion Date is September 30, 2018.

FPDS Initial Award Posting

USASpending.gov Posting

The most recent contract posting was Delivery/Task Order Modification P00006 on April 14, 2022. This was listed as a Supplemental Agreement for Work Within Scope. This modification increased the expenditure of the Delivery/Task Order by $41,814.00 bringing its Base and All Options value to $2,098,926.76.

2011 Contract Award:

Description of Requirement: Maintenance Service for the World War II Memorial

Task Order INP12PD20233 under Contract GS06F0029P to AAA Complete Building Services for $1,908,265.89 on December 22, 2011. The Estimated Ultimate Completion Date is December 13, 2016.

2006 Contract Award

Description of Requirement: Service for the World War II National Memorial

The following incumbent contract resulted from Solicitation N3000060030:

Contract INP07PC75067 to The Donohoe Companies for $578,550.76 on September 29, 2006, under Solicitation with an Estimated Ultimate Completion Date of September 30, 2007.  The contract was closed out on August 19, 2015.  The total Base and All Options value was listed as $2,949,746.76.

Artificial Intelligence Applications Answer:

Microsoft Copilot Response (Creative Conversation Style):

The National Mall and Memorial Parks (NAMA) WWII Memorial Operations and Maintenance IDIQ bid is a contract opportunity for providing services and repairs at the World War II Memorial in Washington, DC. The contract is issued by the Department of the Interior on behalf of the National Park Service. The solicitation was published on January 24, 2024 and the response deadline is February 26, 20241The contract is classified under the product service code J046, which covers water purification and sewage treatment equipment1The contract is part of the facilities support services industry, which has a NAICS code of 5612101The National Mall and Memorial Parks is a unit of the National Park System that includes many of the nation’s iconic memorials and monuments2The World War II Memorial honors the 16 million Americans who served in the armed forces and the more than 400,000 who died during the war2The memorial was dedicated in 2004 and features 56 granite pillars, two arches, a fountain, and a wall of gold stars2The memorial is open to the public 24 hours a day and hosts various ceremonies and events throughout the year2.

1sam.gov  2 nps.gov   3 nps.gov    4 nps.gov

Google Gemini Response:

Based on my knowledge as of today, February 16, 2024, here’s what I know about the National Mall and Memorial Parks (NAMA) WWII Memorial Operations and Maintenance IDIQ bid:

Overview:

    • The National Park Service (NPS) is seeking bids for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide operations and maintenance services for the World War II Memorial on the National Mall in Washington, D.C.
    • This is a Small Business (SB) set-aside opportunity, meaning only qualified small businesses are eligible to bid.
    • The contract will include a Seed Task Order for initial services, with the potential for additional task orders in the future.
    • The deadline for submitting bids is February 26, 2024, at 2:00 PM EST.

Key details:

    • Solicitation number:140D0424Q0127
    • Agency:Department of the Interior, Interior Business Center (IBC)
    • NAICS code:561210 (Facilities Support Services)
    • PSC code:J046 (Maintenance/Repair/Rebuild Of Equipment – Water Purification And Sewage Treatment Equipment)
    • Estimated level of competition:Average
    • Contract type:Likely Fixed Price
    • Evaluation criteria:Best Value

Resources:

 

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

EMERALD Follow-on

The current posting for Government Contracting Opportunity (HM01476-20-R-0030) under NAICS: 541611 will be the second iteration of this contract with the name EMERALD posted within Contract Opportunities at beta.sam.gov.  The previous name was Business Management Solutions (BMS) which had the prior names of RESOURCE DECISION AND ACQUISITION SUPPORT (RDAS) Follow-On and RDAS II. This procurement takes place out of the ATTN: MS S84- OCS office out of the National Geospatial-Intelligence Agency (NGA) which is part of the Department of Defense (DoD).

Current HM01476-20-R-0030 Posting

The Sources Sought Notice, HM01476-20-R-0030, was released on January 9, 2020 under NAICS: 541611.  Sources Sought Responses are due on February 10, 2020.

Sources Sought Notices are Due:February 10, 2020
Responses are Due Today!

Incumbent Contracts:

The following contracts have been awarded under Solicitation HM0476-15-R-0001 on 09/23/2016 with an IDIQ Contract Ceiling of $849,000,000.

HM0476-16-D-0006 awarded to WiSC Enterprises, LLC

HM0476-16-D-0007 awarded to St. Michael’s Inc

HM0476-16-D-0008 awarded to S2 Analytical Solutions, LLC

HM0476-16-D-0009 awarded to New River Systems Corporation.  

HM0476-16-D-0010 awarded to Agile Support Alliance Joint Venture, LLC (ASA JV)

 Joint Venture teammates are (these are the known companies):

 – RTI Consulting, LLC (Lead)

-BCT LLC

-CSE Engineering

-P E Systems, Inc

– Spexus Inc

– Strategic Alliance Consulting Inc. (Strategic ACI) is a member of this Joint Venture

HM0476-16-D-0011 awarded to Knowledge Link, Inc

Prior Contracts:

RDAS Contracts:

HM0285-13-D-N004 awarded to The SI Org

HM0285-13-D-N005 awarded to Deloitte

HM0285-13-D-N006 awarded to CACI

HM0285-13-D-N007 awarded to Scitor

HM0285-13-D-N008 awarded to Compass

HM0285-13-D-N009 awarded to TASC

HM0285-13-D-N010 awarded to WiSC

Prior Postings:

HM0476-16-D-0007 Award Notice

HM0476-16-D-0008 Award Notice

HM0476-16-D-0009 Award Notice

HM0476-16-D-0010 Award Notice

HM0476-16-D-0011 Award Notice

NGA_RDAS_RFI

NGA Acquisition Forecast

HM0285-13-D-N004 and HM0285-13-D-N008 Reference

NOTE: There is no FPDS-NG data in this report due to no postings under any of the listed contract numbers.

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.

Office of Environmental Management, Savannah River National Laboratory (SRNL) Management and Operating (M&O) Requirement

The current posting for Federal Business Opportunity (89303320REM000063) under NAICS: 54171 will be the first iteration of this contract with the name Office of Environmental Management, Savannah River National Laboratory (SRNL) Management and Operating (M&O) Requirement posted within Contract Opportunities at beta.sam.gov. This procurement takes place out of Office of Environmental Management (EM) within the Department of Energy (D0E).

Current 89303320REM000063 Posting

The Sources Sought, 89303320REM000063, was released on December 18, 2019 under NAICS: 54171.  This is a new requirement. DoE is seeking to separate the Management and Operating (M&O) of the Laboratory from the larger and current Savannah River Site (SRS) M&O contract. The listed Sources Sought Response Date is January 22, 2020 at 3:00 pm EST.

Sources Sought Responses DueJanuary 22, 2020
Sources Sought Notices are Due Today!

Related Savannah River Site (SRS) M&O Contract:

Current Incumbent Contract awarded to Savannah River Nuclear Solutions, LLC (SRNS) under Solicitation DE-RP09-06SR22470 that resulted in Contract DE-AC09-08SR22470 on 01/10/2008 for a Base and All Options Value of $4,000,000,000.00 with an Estimated Ultimate Completion Date of 07/31/2018. Description of Requirement “Management and Operating contract for the Savannah River Site”

The Total of all posted contract actions to date for this contract is $12,579,988,610.65.

The most recent posted contract action was Modification 885 on 12/18/2019 with an Estimated Ultimate Completion Date as 09/30/2020 as an Funding Only Action for a value of $1,969,146.00.  This brought the Base and All Options Value to $14,751,200,306.73

The contract was awarded under NAICS: 561210. There has been a total of 878 FPDS Contract Action postings under this contract number. There was a total of 2 Offers from Solicitation DE-RP09-06SR22470 as a Full & Open procurement.

Per DoE contract award News Release dated January 10, 2007, “The SRS management and operating contract includes three key mission areas:  environmental cleanup, operation of the Savannah River National Laboratory (SRNL), and National Nuclear Security Administration (NNSA) activities.” 

About Related Contract Incumbent Contractor:

Savannah River Nuclear Solutions, LLC is a partnership between Flour, Newport News Nuclear [Newport News Shipbuilding and Drydock Company (a Northrop Grumman Company)], and Honeywell International, Inc.  This partnership managements the Savannah River Site which includes the Savannah River National Laboratory (SRNL)

Flour Website

SRNS website

Total Posted Contract Actions

[table “” not found /]

Prior and Related Postings of SRS M&O Contract:

89303318REM000016 Postponement of SRS procurement

DE-AC09-08SR22470 Extension

DE-AC09-08SR22470 Contract

DoE Contract Award News Release

DE-AC09-08SR22470 Award

DE-RP09-06SR22470

NNSA Savannah River Site Contract page

DE-RI09-05SR22470 Sources Sought

The information provided in this Federal Government Contracting Opportunity was obtained through open research utilizing open Federal Government procurement websites.  The information must be accessible to all in order to appear in this information piece.