Artifact Relocation Services
ID: N0018925Q0188Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Packing and Crating (488991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for artifact relocation services under solicitation number N0018925Q0188. The primary objective is to relocate historical artifacts from the National Museum of the U.S. Navy at the Washington Navy Yard to the Collection Management Facility in Richmond, VA, and transport one artifact to the National Naval Aviation Museum in Pensacola, FL. This project is significant for preserving cultural heritage and requires specialized equipment and techniques for the safe handling and transport of oversized and fragile artifacts. Interested small businesses must submit their proposals by April 4, 2025, following a mandatory site visit scheduled for March 27, 2025, and can contact Caitlin King at caitlin.d.king2.civ@us.navy.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 10:05 AM UTC
The document outlines a Request for Quote (RFQ) N0018925Q0188 issued by the Naval Supply Systems Command for artifact relocation services. The project involves moving historical artifacts from the National Museum of the U.S. Navy's Building 76 at the Washington Navy Yard to the Collection Management Facility in Richmond, VA, and the National Naval Aviation Museum in Pensacola, FL. As a 100% Small Business Set-Aside, the initiative allows only small businesses to bid, with a focus on complying with federal acquisition regulations. Key tasks require specialized equipment and techniques for safely de-installing and transporting oversized and fragile artifacts, ensuring adherence to safety standards and proper packing materials. A mandatory site visit is scheduled for interested bidders, and participation requires advanced notice due to security regulations. Proposals must be submitted by April 4, 2025, demonstrating the contractor's experience in similar projects, as well as compliance with relevant safety and packing regulations. The selection criteria prioritizes technical approach over price, ensuring the chosen contractor can effectively manage the intricate relocation process while safeguarding invaluable historical artifacts. This RFQ exemplifies the government's commitment to preserving cultural heritage through professional and regulated methods.
Mar 27, 2025, 10:05 AM UTC
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk has issued a Request for Quote (RFQ) N0018925Q0188 for commercial services. The primary objective is to secure a contractor to relocate artifacts from the National Museum of the U.S. Navy at the Washington Navy Yard to a Collection Management Facility in Richmond, VA, and also to transport one artifact to the National Naval Aviation Museum in Pensacola, FL. The solicitation is open for proposals, specifically targeting small businesses under NAICS code 488991. A mandatory site visit is scheduled for March 27, 2025, to allow interested vendors to inspect the artifacts and the relocation location. Proposals must include compliance with the Performance Work Statement, detailing the management approach, technical capabilities, safety regulations, and the necessary equipment for safe transport. The period of performance is from May 1 to September 30, 2025, with quotes due by April 4, 2025. The document emphasizes adherence to federal acquisition regulations and various safety and handling requirements for museum artifacts, underscoring the project's complexity and need for specialized service providers.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
UCT-1 STORAGE EQUIPMENT RELOCATION
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for a Firm Fixed Price contract to relocate storage equipment for Underwater Construction Team ONE (UCT-1) from Virginia Beach, VA to Gulfport, MS. This procurement is a total small business set-aside, emphasizing the need for services in the General Freight Trucking industry, specifically under NAICS code 484121. The solicitation is expected to be available around April 11, 2025, and interested contractors must ensure they are registered in the System for Award Management (SAM) database prior to award. For inquiries, potential bidders can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
J019 - SMALL CRAFT MAINTENANCE AND UPGRADE SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is soliciting proposals for Small Craft Maintenance and Upgrade Support Services. The contract aims to provide comprehensive maintenance, repair, and upgrade services for a fleet of twenty small vessels utilized by the Naval Oceanographic Office (NAVOCEANO), ensuring compliance with established standards and regulations. This initiative is crucial for maintaining operational readiness and enhancing capabilities in marine surveying and training operations. Interested small businesses must submit their proposals by April 10, 2025, with the contract valued on a firm-fixed-price basis for a five-year period, potentially extending for an additional six months. For further inquiries, contact Joseph Caltagirone at joseph.caltagirone@navy.mil or by phone at 564-226-0669.
Professional Moving Service - Garden City, NY
Buyer not available
The Department of Defense, specifically the Commanding General of the Department of the Navy, is seeking proposals for professional moving services to relocate government property from Garden City, NY, to Fort Hamilton in Brooklyn, NY. The contract is designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires contractors to manage inventory, packing, moving, delivery, assembly of furniture, and cleanup, adhering to federal guidelines throughout the process. This initiative underscores the government's commitment to engaging service-disabled veteran-owned businesses while ensuring a seamless transition of government property by June 15, 2025. Interested vendors must submit their proposals by April 16, 2025, and can direct inquiries to Captain Zach Keener at zachary.e.keener.mil@usmc.mil or Kacy Mohead at KACY.M.MOHEAD@USMC.MIL.
MHE and SMSE Maintenance Services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
V--Transportation, travel and relocation services.
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking packing, containerization, and local drayage services for personal property shipments required by CPPSO. This service is typically used for the preparation of personal property of military members and civilian employees for movement or drayage and related services. The performance period for this 100% small business set-aside contract is anticipated to be a 12-month base period beginning on 01 June 2019 and ending on 31 May 2020, with options to extend through 30 November 2024. The place of performance is numerous locations throughout Maryland. The solicitation is expected to be available around 02 April 2019 on the Navy Electronic Commerce Online (NECO) website. All responsible sources may submit a proposal. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact David Crouch at david.w.crouch@navy.mil.
James River Reserve Fleet (JRRF) , FB218 Drydock and Repair
Buyer not available
The Department of Transportation, specifically the Maritime Administration (MARAD), is seeking quotes from small businesses for the drydocking and repair of the FB218 Storage Barge, as outlined in solicitation number 6933A225Q000008. The procurement involves a firm-fixed price purchase order for various maintenance services, including structural repairs, hull cleaning, and painting, with a performance period set from June 5, 2025, to September 2, 2025. This opportunity is crucial for maintaining the operational readiness and safety of federal vessels, emphasizing the government's commitment to supporting small business participation in federal contracts. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to attend a site visit scheduled for March 26, 2025, to familiarize themselves with project requirements. For further inquiries, potential bidders can contact William A. Wile at william.wile@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
Shipboard Recreational Furniture
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide shipboard recreational furniture under a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to support the U.S. Navy's Shipboard Habitability Improvement Program by supplying various types of recreational furniture that meet specific military and commercial specifications, including fire performance standards and quality management protocols. This initiative is crucial for enhancing the living conditions aboard naval vessels, ensuring that personnel have access to appropriate recreational facilities. Interested vendors must submit their quotes by the specified deadline and can direct inquiries to Robert Seth Harrell at robert.s.harrell15.civ@us.navy.mil or Joseph Frech at joseph.l.frech.civ@us.navy.mil, with questions due by 0900 EST on March 25, 2025.
Records Move
Buyer not available
The National Archives and Records Administration (NARA) is seeking quotations for the relocation of approximately 37,200 to 57,600 cubic feet of archival records from its facility in College Park, Maryland, to its Kansas City facility. The project involves pulling, preparing, palletizing, and moving records while ensuring their preservation, with oversight from NARA staff to adhere to strict handling guidelines. This contract, categorized under NAICS Code 488999, is crucial for maintaining the integrity of archival materials and is set to span nine months, from May 1 to September 30, 2025. Interested contractors must submit firm-fixed pricing and required documentation by April 24, 2025, and should be registered in the System for Award Management (SAM) to participate; the selection will be based on a lowest price technically acceptable evaluation.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing safety measures, with a focus on sustainable practices as outlined in the recently amended solicitation. This modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, and are encouraged to demonstrate small business participation of at least 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
BUILDING 1108, 11TH TRANSPORTATION BATALLION VEHICLE MAINTENANCE SHOP - REPLACE BAY DOORS, JEB LITTLE CREEK - FORT STORY, VIRGINIA BEACH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a project to replace three hangar doors at Building 1108 of the 11th Transportation Battalion Vehicle Maintenance Shop located at Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, Virginia. The project involves the demolition of existing doors and installation of new roll-up doors, with a focus on using durable materials and adhering to anti-terrorist force protection standards, all while ensuring minimal disruption to the occupied facility. This initiative is part of a broader effort to maintain and modernize military infrastructure, reflecting the government's commitment to effective facility management. Interested contractors must submit proposals by May 1, 2025, following a site visit scheduled for April 8, 2025, with the project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Oteria Bullock at oteria.bullock@navy.mil or 757-462-5330.