T010 - Visual Information Service Center (VISC) Support Services
ID: N0018925DUM01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Commercial Photography (541922)

PSC

PHOTO/MAP/PRINT/PUBLICATION- GENERAL PHOTOGRAPHIC: STILL (T010)

Set Aside

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

    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide Visual Information Service Center (VISC) support services at the Naval Submarine Base New London in Groton, Connecticut. This opportunity is part of a sources sought announcement aimed at conducting market research to identify capable vendors who can fulfill the requirements outlined in the draft Performance Work Statement (PWS). The services are critical for supporting the Navy's visual information needs, which include commercial photography and related services. Interested vendors are encouraged to submit their qualifications and relevant information by September 30, 2024, via email to larissa.benoit@navy.mil, with a maximum submission limit of 10 pages. This announcement does not constitute a solicitation, and no compensation will be provided for responses.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SHIPPINGPORT (ARDM 4) - Government Owned Contractor Operated (GOCO) Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking information regarding the operation, maintenance, and protection of the Government-Owned, Contractor-Operated floating dry-dock SHIPPINGPORT (ARDM-4) located at the Naval Submarine Base in New London, Connecticut. This sources sought notice aims to verify the intent of General Dynamics Electric Boat (GDEB) and Huntington Ingalls Industries Newport News (HII-NNS) to compete for this requirement, as they are the only nuclear qualified shipyards capable of performing the necessary work. The anticipated contract, if issued, is expected to support operations during fiscal year 2026 and include four additional one-year option periods, with a planned release date for the solicitation in the summer of FY25. Interested parties must submit their responses, both positive and negative, to Ms. Angel Jaeger at angel.jaeger.civ@us.navy.mil by 1700 ET on October 9, 2024.
    J--MODULE SCREENING AND REPAIR ACTIVITY SUPPORT SERVICES
    Active
    None
    Presolicitation J--MODULE SCREENING AND REPAIR ACTIVITY SUPPORT SERVICES by the Fleet Logistics Center Norfolk Contracting Department Groton Office is seeking qualified sources capable of providing Technical, Logistic, Training and Data Management Support for the Module Screening and Repair Activity (MSRA) located at the Naval Submarine Support Facility (NSSF) in Groton, CT. This is a commercial services contract with a 12-month Base Year and four 12-month Option Year periods. The anticipated release of the solicitation is during the second or third week of January 2018. Vendors must be registered in the System of Award Management (SAM) database to be eligible for award.
    58--A/V Equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking A/V Equipment for the OCHR NORFOLK COMMAND. The equipment will be used to replace audiovisual equipment in two classrooms. The procurement will be processed under FAR Part 12 and FAR Part 13, and will be awarded on a 100% small business set aside basis. The NAICS code for this acquisition is 334310. Interested vendors can obtain a copy of the Request for Quote (RFQ) from http://www.neco.navy.mil or http://www.fedbidopps.gov. Vendors must be registered in the SAM database to be eligible for award. A site visit will be held on September 21, 2018, at 5301 Robin Hood Road, Suite 130, Norfolk, VA 23513. Attendance is highly encouraged to ensure a clear understanding of the requirement.
    Regional Diving Services at the Sewell?s Point Area of the Naval Base Complex, Norfolk, Virginia, the Lamberts Point Area of the Elizabeth River, Yorktown, Cheatham Annex, and the Norfolk Naval Shipyard, Portsmouth, Virginia and Other Areas of Responsibil
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors to provide regional diving services at various locations, including the Sewell’s Point Area of the Naval Base Complex in Norfolk, Virginia, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The procurement aims to support operations in the specified areas of responsibility (AOR) by ensuring the availability of professional diving services for maintenance and operational tasks. These services are critical for maintaining the safety and functionality of naval facilities and supporting maritime operations. Interested contractors can reach out to Melinda Robinson at melinda.l.robinson@navy.mil or 757-341-0690, or LeeArjetta Hamilton at leearjetta.w.hamilton.civ@us.navy.mil or 757-341-1971 for further details regarding the solicitation process.
    R--Risk Assessment and Development
    Active
    Dept Of Defense
    Sources Sought: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking qualified and experienced sources for an anticipated Firm Fixed Price contract under NAICS code 541330, Engineering Services. The contract is for signals analysis lab support services. The Fleet Logistics Center Norfolk (FLCN) in Norfolk, Virginia is looking for information on qualified sources to derive a contract vehicle for financial improvement audit readiness document retention. The contract period is from August 1, 2018, to July 31, 2019. Interested parties should submit their responses by April 19, 2018, to heather.coleman@navy.mil. This is not a request for a proposal, and respondents will not be notified of the results.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Rhode Island. The procurement is a Total Small Business Set-Aside under NAICS code 561210, focusing on the management and maintenance of facilities, installed equipment, and systems within the complex. This contract, structured as a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity, includes a base year and four optional years, emphasizing compliance with federal regulations and quality control measures. Proposals are due by October 8, 2024, and interested parties should direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.
    Environmental Information Management System (EIMS) Technical Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Fleet Forces Command (USFFC), is seeking qualified vendors to provide Technical Support Services for its Environmental Information Management System (EIMS). The primary objective is to develop, manage, maintain, and sustain EIMS capabilities, which are crucial for supporting Navy operations and ensuring compliance with environmental regulations. This initiative includes a range of services such as software development, database administration, system administration, and cybersecurity, with a focus on enhancing operational efficiency and regulatory compliance. Interested parties must submit a capabilities statement by September 26, 2024, with the anticipated contract type being Firm Fixed Price, covering a base period from April 2025 to April 2026, and potentially extending through October 2030. For further inquiries, vendors can contact Valerie Werner at valerie.m.werner2.civ@us.navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    Manufacture Spud Rails and Securing Brackets, Replace Spud Rail Securing Brackets for ARDM 4
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for a firm fixed price contract to manufacture spud rails and securing brackets, as well as to replace existing spud rail securing brackets for the Shippingport (ARDM 4), a floating dry dock located in Groton, Connecticut. The procurement requires the contractor to produce three spud mooring rails and three securing brackets, adhering to strict naval engineering standards, and to manage the logistics of fabrication, installation, and non-destructive testing (NDT) of these components. This project is critical for enhancing the mooring capabilities of the Shippingport, ensuring operational readiness and safety for naval operations. Proposals are due by 12:00 P.M. EST on October 15, 2024, and interested vendors should contact Andrea Cook at andrea.a.cook.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil for further details.