MALU RM KFH SCLC HFRS
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, Interior Region 2 (Department of Interior) is soliciting proposals for the creation of two Historic Furnishings Reports (HFRs) for the Southern Christian Leadership Conference (SCLC) offices and the King Family Home (KFH) at the Martin Luther King, Jr. National Historical Park (MALU). This requirement, issued as a Request for Quote (RFQ), aims to ensure the historical accuracy and authenticity of these spaces for visitors. The Government intends to award a Firm-Fixed Price (FFP) contract. Quotes are due by June 15, 2026, at 5:00 PM EDT.
Scope of Work
The contractor will produce two distinct HFRs: one for the SCLC offices and one for the KFH. This involves comprehensive research, including oral histories, park archives, and external repositories (e.g., Atlanta History Center, Emory University Library, Duke University Library). Key deliverables include draft and final HFRs in both digital and spiral-bound formats, incorporating historical data analysis, an implementation plan with recommendations, and cost estimates for technological components. All work must adhere to NPS guidelines, modern museum practices, NPS Director’s Order 28, and relevant NPS Museum Handbook sections. The Period of Performance is from July 1, 2026, to March 1, 2028, with final deliverables due no later than 18 months from the contract award date.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP) Request for Quote (RFQ)
- NAICS Code: 541990 (size standard $19.50M)
- Product/Service Code: R702 (Data Collection Services)
- Set-Aside: This solicitation is not a small business set-aside.
- Questions Due: June 8, 2026, by 5:00 PM EDT (email to celinda_hicks@ios.doi.gov)
- Quotes Due: June 15, 2026, by 5:00 PM EDT (email to celinda_hicks@ios.doi.gov)
- Published Date: May 14, 2026
Evaluation & Submission
Award will be made on a best value basis without discussions, with technical and past performance being more important than price. The evaluation criteria are:
- Technical Capability (90%): Assessed on understanding of the Statement of Work (SOW), experience in preparing historic furnishing plans, and qualifications of the project team.
- Past Performance: A key factor.
- Price (10%). Offerors must have a valid UEI number, be registered with SAM.gov, and be self-certified under NAICS Code 541990. Quotes must include the provided form with UEI, Contractor Name, Payment Terms, Business Size, and Point of Contact information.
Additional Notes
A Wage Determination (B03_wage_rates.pdf) is provided for Georgia counties, outlining minimum wage rates and fringe benefits for various occupations, which is critical for accurate labor cost estimation. The contractor must demonstrate experience in museum collection planning, exhibition projects, and historic furnishings, along with familiarity with NPS policies. Monthly progress reports and proof of general liability insurance are required.