W--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
Mar 17, 2026
3
Submission Deadline
Mar 23, 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), specifically the Pearl Harbor National Memorial, is soliciting quotes for a Virtual Queuing System to manage visitor flow for the USS Arizona Memorial boat. This is a Total Small Business Set-Aside opportunity. The system aims to reduce wait times, improve safety, and enhance the visitor experience. Quotes are due by March 22, 2026, at 11:59 PM HT.

Opportunity Overview

This combined synopsis/solicitation (RFQ 140P8226Q0004) seeks a commercial, off-the-shelf (COTS) virtual standby queuing system. The transition to a new system is driven by NPS assuming responsibility for a beneficial existing service. The system must support high visitor volumes, with peak visitation reaching 5,000-8,000 daily, and approximately 50% utilizing the standby system.

Scope of Work

The contractor shall provide a fully functional, end-to-end virtual standby queuing system, including:

  • Software: COTS solution with an administrator dashboard, attendant web application, visitor mobile web application, check-in kiosk functionality, multi-language and international SMS notifications (approx. 1.2-1.3 million segments annually), ADA compliance, alert posting, and digital signage capabilities. The system must support 20-25 concurrent Government staff users.
  • Hardware: Provisioning and maintenance of six sign-in kiosks (with tablets for QR code/manual entry), at least two digital display monitors (36-43 inches), one standby callback kiosk, one staff tablet, and associated stands, cables, and protective cases. Hardware must be durable for daily operation (7:30 AM - 3:45 PM).
  • Services: Installation (expected 10-14 business days), configuration, system integration, testing, and training for NPS staff. Ongoing customer and technical support is required from 7:00 AM to 3:45 PM HST, seven days a week, along with preventive maintenance, repairs, replacements, and software updates. The contractor is responsible for furnishing and managing all internet and network connectivity.
  • Reporting: Desired reports include visitor usage (daily, monthly, annual), average wait times, languages used, current queue status, and number of guests served.

Contract Details

  • Type: Combined Synopsis/Solicitation (RFQ). The government intends to award a Purchase Order or establish multiple-award Blanket Purchase Agreements.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS: 518210, with a size standard of $40 million.
  • Period of Performance: A base year starting 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 22, 2026, by 11:59 PM HT.
  • Questions/RFIs Due: March 2, 2026, by 12:00 PM HT.
  • Site Visit Requests: Must be arranged by emailing Lei_Yang@nps.gov by March 2, 2026.
  • Submission: Electronically to Lei_Yang@nps.gov.
  • Required Documents: Completed Price Schedule (B08_Attach_2_Price_Schedule.xlsx), SF 1449, a technical proposal detailing system architecture and capabilities, commercial product literature, an implementation/support approach, and past performance information (at least three recent and relevant contracts).
  • Evaluation: Offers will be evaluated based on Price, Technical, and Past Performance, following FAR 13.106-2(b)(4)(i) and/or (ii).
  • Eligibility: An active SAM.gov registration is mandatory at the time of quote submission for consideration.

Key Contacts

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 17, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
View
W--PERL VIRTUAL QUEUING SYSTEM | GovScope