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
    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
    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.
    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
    SERVMART walk-in store
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal regulations such as the Buy American Act and Trade Agreements Act. This procurement is critical for maintaining operational efficiency and cost-effectiveness for naval units, with a proposal submission deadline set for January 7, 2026, at 1:00 PM EDT. Interested vendors can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    X-132 Command Consolidation Support
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors to provide consolidation support for its headquarters relocation to Naval Station Norfolk, Virginia. The contractor will be responsible for project management, planning, and advisory services to facilitate the move of approximately 1,186 government employees, with an expected increase of 574 personnel over the next 5-10 years. This project is critical for enhancing operational efficiency as MSC consolidates its operations from multiple buildings into a single location. Interested businesses must submit their company profiles, small business status, capability statements, and past performance documentation by January 15, 2026, to the primary contact, Jamiel Blizzard, at jamiel.n.blizzard.civ@us.navy.mil.