Admiral Byrd Hut Restoration/Remediation
ID: N0018924Q0461Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Historical Sites (712120)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide restoration and remediation support services for the Admiral Byrd Hut exhibit at the National Museum of the United States Navy. The contract will involve the documentation, disassembly, remediation, and storage of artifacts and architectural features associated with the Byrd Hut, which contains hazardous materials requiring careful handling and preservation. This procurement is critical for maintaining historical artifacts and ensuring compliance with safety and environmental standards, with the contract performance period set from September 1, 2024, to January 13, 2025. Interested contractors must submit their proposals by August 8, 2024, and can direct inquiries to Trumeka King at trumeka.c.king.civ@us.navy.mil or JILL JOSCELYN at JILL.JOSCELYN@NAVY.MIL.

    Files
    Title
    Posted
    The NAVSUP Fleet Logistics Center Norfolk plans to award a firm-fixed-price contract exclusively for small businesses, focusing on restoration and remediation services for the Admiral Byrd Hut artifact in support of the Naval History and Heritage Command and the National Museum of the United States Navy. This procurement will utilize Simplified Acquisition Procedures as outlined in FAR Parts 12 and 13, with the opportunity for quotes available on August 5, 2024, under RFQ N0018924Q0461. The contract requires the contractor to provide labor, materials, and equipment for documentation, disassembly, remediation, stabilization, packaging, storage, and transport of the artifact, with the performance period set from September 1, 2024, to January 13, 2025. Subsequent to this announcement, interested small businesses must submit their quotes by August 8, 2024, and be registered in the System for Award Management (SAM) to be eligible for contract award. Full FAR and DFARS clauses relevant to this procurement are attached for reference.
    The document outlines the various clauses and regulations incorporated into requests for proposals (RFPs) and contracts pertaining to federal and state/local acquisitions. Key provisions include the prohibition of contracting with entities involved in certain telecommunications and surveillance services, contracting with inverted domestic corporations, and compliance with the Service Contract Labor Standards. It also emphasizes the need for offerors to disclose any usage of covered telecommunications equipment, and to certify arrangements in accordance with U.S. laws relevant to child labor and tax matters. The instructions to offerors detail requirements for bid submission, evaluation criteria based on price and past performance, and representations pertaining to the offeror's business operations, including small business status. Firms must also declare compliance with federal laws concerning environmental standards and labor practices. These guidelines ensure transparency and accountability in federal contracting processes, thereby supporting government objectives to foster fair competition and uphold ethical standards in procurement activities.
    The Naval History & Heritage Command's Curator Branch seeks a contractor for the documentation, disassembly, remediation, and storage of the "Byrd Hut" exhibit and its artifacts, which contain hazardous materials. The project involves detailed planning, including documentation through text, photographs, and 3-D scans, prior to disassembly. Key tasks include site preparation, safe work area establishment, artifact cleaning, and packing using archival standards. The contractor must comply with safety and industry standards, managing transportation of artifacts to the Collections Management Facility in Richmond, VA. The project duration is from August 1, 2024, to January 13, 2025, and requires a contractor lead experienced in artifact conservation. A final report documenting methodologies, conditions, and future reassembly instructions is also mandated. The initiative emphasizes safety, environmental compliance, and preservation of historical artifacts.
    The document appears to be a set of directives or guidelines regarding the handling of specific high-priority events, particularly related to a ceremony. It emphasizes the importance of ensuring that certain "ceremony bullets" are not to be handled before prior approval from the designated events manager. The tone suggests a focus on maintaining organization and protocol in managing events, indicating a structured approach to event coordination. While the exact context of "Go Getter" remains ambiguous, it might imply an initiative or a strategy encouraging proactive actions within the event management framework. Overall, the document underscores the significance of communication and adherence to established procedures in government-related ceremonial functions.
    The document addresses inquiries related to RFQ N0018924Q0461, focusing on project details, deadlines, and qualifications for a historical site curation support project. Key questions include a request for the "Artifact and Analysis & Summary Report" linked to the Statement of Work (SOW), which is anticipated by 8/12/2024. The submission deadline for quotes has been extended to the same date. However, a request to extend the project’s Period of Performance to at least a year was denied due to operational constraints. Additionally, an adjustment in the preferred NAICS code from 712120 (Historical Sites) to 562910 (Remediation Services) was not granted because of additional tasks detailed in the SOW. Lastly, a request for a call with the Curator Branch to discuss the SOW was declined. This summary encapsulates the procedural aspects of responding to the RFQ and outlines the limitations placed on the contractors in terms of deadlines and classifications, emphasizing the complexities involved in the hazardous materials remediation work associated with the project.
    The Naval History & Heritage Command seeks a contractor for the documentation, disassembly, remediation, and storage of the “Byrd Hut” at the National Museum of the United States Navy. The project aims to address hazardous materials like lead and arsenic identified in the structure, requiring remediation and archival packing for long-term preservation. The contractor will need to prepare a comprehensive work plan covering safety measures, site preparation, artifact documentation, and procedures for artifact removal and packing. Key tasks include establishing a safe work area, utilizing appropriate personal protective equipment, and ensuring thorough documentation of all artifacts and the disassembly process. Artifacts and structural elements will be packed for transport to the Collections Management Facility in Virginia, with strict adherence to museum standards. A final report documenting the methodologies and condition of artifacts will be produced. This RFP underscores federal priorities in preserving historical artifacts while mitigating environmental risks and ensuring adherence to professional conservation standards. The project is set to take place between September 2024 and September 2025, with contractor qualifications emphasizing expertise in artifact conservation practices.
    This report, prepared by Southeastern Archaeological Research, Inc. (SEARCH), details the artifact analysis and curation support for the Byrd Hut, associated with the Naval History and Heritage Command. The document outlines the condition and inventory of artifacts from Admiral Byrd's Antarctic expeditions, including items like stoves, food containers, and cold-weather gear. It describes the assessment processes, including environmental data collection and specific artifact analyses, noting various degrees of wear, historical relevance, and restoration needs. The report emphasizes remediation strategies to address contamination and preservation of artifacts, suggesting targeted testing and initial remediation actions before display. It provides a broad inventory of items with accession numbers, descriptions, historical significance, and their locations within the museum, ensuring accurate record-keeping for future curation and research. The findings serve to highlight the importance of maintaining historical artifacts for educational purposes and future display while addressing preservation challenges. This analysis demonstrates a commitment to safeguarding national heritage in line with federal regulations and best practices for museum conservation.
    The document pertains to an Industrial Hygienist Report produced by ACTS. Although the specific details are not outlined in the file, the primary focus of such reports typically includes assessments of workplace environments for potential health hazards, compliance with regulatory standards, and recommendations for mitigating risks associated with harmful exposures. In the context of government RFPs and grants, this type of report is likely instrumental in addressing safety concerns in public projects or federally funded initiatives. It is crucial for ensuring that contractors adhere to health regulations, thereby safeguarding workers and the community. This report is likely structured to provide an overview of findings, analyses of health risks, potential regulatory violations, and action plans for remediation or compliance. Overall, the document underscores the importance of industrial hygiene in maintaining safe and healthy environments in government-related projects.
    The RFQ N0018924Q0461 pertains to the Admiral Byrd Hut project, outlining the evaluation criteria and submission requirements for contractors. Proposals must be submitted in two volumes: one for the technical approach and another for the price proposal. Full containment measures are mandated for health and safety compliance. The designated business size standard aligns with NAICS code 562910, set at $25 million. The period of performance commences one year post-award, with a two-week review expected from the Navy for health and safety plans. The Lead Conservator must be a current member of the American Institute for Conservation (AIC). The document also confirms the availability of utilities, required licensing credentials for personnel, and the facility's EPA Identification Number for hazardous waste handling. Additionally, it includes details about work hours and the presence of government personnel during the project. The RFQ emphasizes that no further questions will be accepted, thereby closing the inquiry process. This solicitation is a critical step in ensuring compliance with federal regulations and standards while planning for the project's execution.
    The document outlines the request for proposals (RFP) N0018924Q0461, detailing requirements for a Firm-Fixed-Price (FFP) contract with the government. It incorporates various clauses related to compliance, including limitations on payments to influence federal transactions and vendor responsibilities regarding telecommunications equipment. Offerors must submit proposals divided into two volumes: Volume I focuses on the Non-Price Proposal, emphasizing Technical Approach and Past Performance, while Volume II consists solely of the Price Proposal. Technical evaluations will assess the feasibility and management controls presented by the offeror alongside relevant past performance, which should include contracts from the past five years. Proposals will be evaluated based on predefined criteria, weighted heavily toward technical merit over price but acknowledging that price becomes increasingly important in case of closely rated proposals. The document emphasizes the proper format for submissions, page limitations, and compliance with government ethics and performance evaluation standards, reflecting the government’s commitment to transparency and effective service procurement. This RFP serves as a framework for ensuring that the government selects the most qualified contractors for its needs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    USS KIDD Hull Preservation
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard, is seeking proposals for the USS KIDD Hull Preservation project, focusing on the procurement of paint coatings and related products. The objective is to ensure timely delivery of these materials to support the U.S. Navy fleet, specifically for operations in Seattle and Everett, Washington, while adhering to federal specifications and quality standards. This contract is critical for maintaining the integrity and longevity of naval vessels, reflecting the government's commitment to effective logistical support and supplier accountability. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to Kacey Church at kacey.church@navy.mil or Denise Manor at denise.manor@navy.mil for further information.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    Maintenance, Repair, and Preservation of RCD Barge 40
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking contractors for the maintenance, repair, and preservation of the Reactor Compartment Disposal Barge 40 (RCD Barge 40). The project involves a comprehensive scope of work, including the docking, cleaning, blasting, inspecting, and preserving various components of the vessel, as well as coordinating necessary surveys and inspections. This contract is critical for ensuring the operational readiness and safety of the RCD Barge 40, which is a vital asset for the Navy. Interested contractors must be registered with the System for Award Management (SAM) and are advised that the vessel will be available for work from March 3, 2025, to July 30, 2025. For further inquiries, potential bidders can contact Demetra Annest at demetra.l.annest.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    USNS MEDGAR EVERS (T-AKE 13) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk office, is seeking proposals for the lay berth and regular overhaul of the USNS MEDGAR EVERS (T-AKE 13). The project involves preparing for and executing the lay berth and regular overhaul as specified in the solicitation, with performance periods anticipated from February 2025 through December 2025. 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 small business participation in federal procurement. Interested parties can access the solicitation, expected to be released on or about September 18, 2024, by contacting Damian Finke at damian.w.finke.civ@us.navy.mil or Grant Sivertson at grant.t.sivertson.civ@us.navy.mil, and must comply with a Non-Disclosure Agreement regarding technical data provided by the government.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    Furniture Removal and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR NORFOLK, is seeking contractors for a Furniture Removal and Installation project at NRC Great Lakes. The objective is to remove outdated office furniture, including aging cubicles, and to acquire, deliver, and install new replacement furniture. This procurement is crucial for maintaining an efficient and functional office environment, ensuring that the workspace meets current operational needs. Interested vendors should submit their proposals via email to john.c.lowney.civ@us.navy.mil, and for further inquiries, they can contact John Lowney at 215-697-9728.
    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.
    USNS LEROY GRUMMAN FY25 MTA-DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is soliciting proposals for the Midterm Availability and Dry-Docking of the USNS Leroy Grumman (T-AO 195) scheduled to commence on March 18, 2025, for a duration of 135 days. This contract is set aside for small businesses under the SBA guidelines and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The services sought are critical for maintaining the operational readiness and safety of naval vessels, ensuring they meet the necessary standards for continued service. Interested parties can reach out to Austin Amory at austin.amory@navy.mil or by phone at 757-927-6895 for further details regarding the solicitation.
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.