Photography Services for NHHC Locations
ID: N0018925Q0213Type: 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)
Timeline
    Description

    The Department of Defense, through the Naval History and Heritage Command (NHHC), is seeking qualified contractors to provide photography services for historic artifacts located at various museums across the United States. The objective is to capture high-quality images of approximately 250-300 artifacts, utilizing professional-grade equipment to ensure images meet a minimum resolution of 600 DPI, with both TIFF and JPEG formats required for delivery. This initiative is crucial for preserving and documenting naval history, enhancing the NHHC's ability to maintain a comprehensive collection of artifacts. Interested contractors must submit their quotes electronically by May 6, 2025, with a budget not exceeding $31,000 for travel expenses, and are encouraged to contact Justin W. Kanter at justin.w.kanter.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation N0018925Q0213 for photography services to be awarded to a single contractor for the National Historic Naval Museum. Queries from potential contractors clarify project details, such as the budget and travel arrangements. The government seeks the best quotes from contractors with an estimated budget not exceeding $31,000 strictly for travel expenses. Contractors must submit actual receipts for travel costs and handle all invoices accordingly. NHHC will provide necessary access, guidance on artifact handling, and reasonable logistical support, while the contractor is prohibited from contacting or moving artifacts. Image delivery is expected to include unedited TIFF files and JPEGs, with no post-processing allowed. The contractor's imaging techniques must comply with the NHHC's standards, including potential use of composite images or focus-stacking for large artifacts. The project aims to photograph artifacts from multiple military museums, with considerations for site visit scheduling and artifact accessibility. This solicitation emphasizes the need for meticulous detail and adherence to specific government guidelines in photographic documentation of historical artifacts.
    The document outlines a Request for Quote (RFQ) from the Naval History and Heritage Command (NHHC) for photography services of historic artifacts across multiple museums. The contractor is required to provide professional-quality images of approximately 250-300 artifacts, utilizing advanced photographic equipment, with high-resolution images delivered in both TIFF and JPEG formats. Quotes must be submitted electronically by May 6, 2025, with a preference for small businesses, including those owned by veterans and women. Key evaluation factors include technical expertise and price, with an emphasis on past performance and pricing reasonableness. The timeline stipulates the delivery of all images by September 20, 2025, and highlights compliance with government regulations regarding trafficking in persons, security, and access to military installations. Furthermore, the contractor is expected to provide necessary travel and equipment costs in accordance with the established budget, ensuring all submissions adhere to specified guidelines. This solicitation aims to enhance the NHHC's ability to document and preserve critical aspects of naval history through professional photography.
    The document outlines a Request for Quote (RFQ) for photography services to support the Naval History and Heritage Command (NHHC) in capturing publication-quality images of historic artifacts. The primary objective is to photograph 250-300 artifacts located at various museums across the United States, using professional-grade equipment to ensure images meet a minimum resolution of 600 DPI. The contractor is responsible for all associated supplies, travel, and compliance with governmental guidelines, retaining all copyright for the images produced for NHHC. The RFQ specifies that submissions must be sent electronically by 12:00 AM on May 6, 2025, to the contracting officer, Justin W. Kanter. Quotes will be evaluated based on technical qualifications and price, ensuring the selection of firms capable of meeting the project's requirements. Feedback related to submissions will focus on both the quality of previous work and the proposed pricing strategy, with a structured evaluation to determine award eligibility. Key details include the expected submission format, restrictions on alternative quotes, and a requirement to adhere strictly to the criteria set forth in the solicitation. This RFQ reflects government practices in ensuring the preservation and documentation of national history through quality imaging services, while adhering to regulatory standards for federal acquisitions.
    The Fleet Logistics Center Norfolk is seeking information from qualified sources for photography services for the Naval History and Heritage Command (NHHC). This is a sources sought notice intended for planning purposes only, and no contract will be awarded as a result of this announcement. The anticipated contract action will be a single award, Firm Fixed Price (FFP) contract under NAICS code 541922, requiring final images to be submitted within 90 days after the contract award. Interested parties must submit their capability statements and estimates via email by April 7, 2025. Respondents should include specific details such as company information, CAGE Code, registration status in the System for Award Management, business size categorization, and any existing government contract vehicle applicability. It's emphasized that this notice does not constitute a commitment by the government and that the responses will be used for market research and planning. All proprietary information should be clearly marked, and telephone inquiries are not accepted; all communication must be conducted via email. This notice reflects the government's proactive approach in assessing potential service providers for specialized photography services, aligning with standard practices in government contracting and acquisitions.
    The scope of work outlines the requirements for photography services for the Naval History and Heritage Command (NHHC) at the Washington Navy Yard, designed to document a collection of historic artifacts. The contractor will photograph 250-300 artifacts across multiple U.S. museum locations, producing high-quality images (600 DPI, .TIFF format) that capture detailed perspectives while adhering to a specified background. NHHC retains copyright over the images, prohibiting any unauthorized use. The contractor must have documented experience in photographing various artifacts, maintain insurance, and comply with government regulations. All final images are to be delivered within 90 days post-contract award. This initiative underlines the government's commitment to preserving and documenting naval heritage through professional photography, ensuring the artifacts' historical significance is accurately represented and maintained.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NHHC NMUSN Industry Day Notice
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is hosting an Industry Day on June 4, 2025, at the Washington Navy Yard to engage with contractors and vendors regarding future projects for the National Museum of the United States Navy (NMUSN). This event aims to foster collaboration and gather innovative ideas related to architecture, exhibit design, artifact conservation, and various support services essential for the museum's development, which is projected to open in 2030 with a budget of $225 million. Participants will have the opportunity to attend briefings, engage in Q&A sessions, and schedule one-on-one discussions with government representatives, facilitating a deeper understanding of the contracting process and upcoming solicitations. Interested parties must RSVP by May 26, 2025, and provide necessary identification for base access; for further inquiries, contact Wesley Peters at wesley.b.peters.civ@us.navy.mil or Caitlin King at caitlin.d.king2.civ@us.navy.mil.
    67--PROJECTOR LASER HD, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for the Projector Laser HD, with a focus on the modification of this equipment. The procurement involves a quantity of 13 units of the National Stock Number (NSN) 7H-6730-017245132, and the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources. This equipment is critical for photographic projection applications within military operations. Interested parties are encouraged to contact Julie Smith at NAVSUP Weapon Systems Support for further details, with proposals due within 45 days of the notice publication. The procurement will be conducted under the authority of FAR 6.302-1, and all responsible sources may submit their interest and capability statements.
    Digitization of Historical Documents
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors for a commercial service to digitize historical documents located at Arnold Air Force Base in Tennessee. The project entails organizing materials from two specific buildings, developing a disposition plan for redundant items, coordinating with the AEDC Historian's office, digitizing all files (including information from CDs), indexing the digitized files, and creating a user-friendly searchable database. This initiative is crucial for preserving Controlled Unclassified Information (CUI) and ensuring easy access for squadron personnel. Interested companies must submit their information, including their SAM UEI Number and budgetary estimates, by December 19, 2025, and will be invited to a virtual information exchange in January 2026. For further inquiries, contact Brooke Vandeman at brooke.vandeman@us.af.mil or Haley Smith at haley.smith.10@us.af.mil.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Endor on-site film digitization, information technology (IT) support, and equipment maintenance and services
    Dept Of Defense
    The National Geospatial-Intelligence Agency (NGA) is seeking qualified contractors to provide on-site film digitization, information technology (IT) support, and equipment maintenance services for its historical imagery collection. The procurement involves the conversion of hardcopy film archives into high-resolution digital formats, requiring a team that includes a Team Lead and six Digitization Specialists, with specific expertise in film handling, scanning operations, and adherence to safety protocols, including TS/SCI clearances. This contract will span a one-year base period with four option years, from July 2026 to July 2031, and all work will be conducted at the Defense Intelligence Agency Headquarters in Washington, D.C. Interested parties should contact Harry L. Lanfersieck at harry.l.lanfersieck@nga.mil or Justin Koesterer at justin.s.koesterer@nga.mil for further details.
    CULTURAL RESOURCE TECHNICAL SERVICES AT VARIOUS LOCATIONS IN HAWAII, WESTERN PACIFIC AND ASIA FOR THE NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC PAC), is seeking qualified contractors to provide cultural resource technical services at various locations in Hawaii, the Western Pacific, and Asia. The procurement involves a Firm-Fixed-Price, Multiple Award Contract (MAC) with an Indefinite Delivery Indefinite Quantity (IDIQ) structure, aimed at delivering a wide range of cultural resource services, including archaeological surveys, historical documentation, and data recovery, primarily in support of military projects. The total contract value is capped at $70 million over a maximum term of 90 months, with task orders typically ranging from $3,500 to $10 million. Interested parties should contact Kylee Chun at kylee.k.chun.civ@us.navy.mil or Rachel Isara-Phan at rachel.m.isara-phan.civ@us.navy.mil for further details, and proposals must adhere to the outlined requirements and deadlines specified in the solicitation documents.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    USNA Confocal Microscope System
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide a confocal microscope system for the United States Naval Academy (USNA). The system must be an inverted motorized microscope capable of high-resolution imaging of objects ranging from 1 to 500 microns, with approximately 100 nm resolution, and include features such as multi-color imaging, a motorized XY-stage, DIC optics, and a high-resolution sCMOS camera. This procurement is essential for supporting biological chemistry research and project-based learning, as the current microscope is outdated and no longer meets the department's needs. Interested parties should submit their capability statements and organizational information to Cody Ellis at cody.c.ellis.civ@us.navy.mil, as this is a Request for Information (RFI) for market research purposes, with no contract being awarded at this stage.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    70--MEMORY UNIT,DATA ST, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of memory units under the contract titled "70--MEMORY UNIT, DATA ST, IN REPAIR/MODIFICATION OF." Contractors are required to submit quotes that include firm-fixed price or time-and-materials pricing, along with estimated costs for the repair of the specified items. This procurement is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors should direct inquiries to Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL, with proposals expected to reference the required repair turnaround time and any capacity constraints.