Digital Mural
ID: N00244-24-Q-0052Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, has issued a Combined Synopsis/Solicitation notice for a digital mural. This service is typically used for creating and installing digital mural prints on walls and beams in the dining area of Naval Base Ventura County Port Hueneme Galley. The contractor is responsible for providing design, materials, labor, supervision, installation, and delivery of the prints. The delivery address is Naval Base Ventura County in California. The contract resulting from this solicitation will be a Firm Fixed Price (FFP) contract.

    Point(s) of Contact
    JANET NUNEZ 619-556-5199
    (619) 556-5199
    janet.nunez@navy.mil
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Digital Mural
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at the Command Fleet Activities Yokosuka and Atsugi, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to perform painting services at various locations in Japan, including the Command Fleet Activities Yokosuka and Atsugi. The scope of work encompasses painting and related tasks such as scaffolding, protective coating, and repair and replacement activities across multiple sites, including U.S. Fleet Activities and the U.S. Embassy in Tokyo. This procurement is crucial for maintaining the facilities' operational readiness and aesthetic standards, with an anticipated contract value of up to JPY6,000,000,000 over a five-year ordering period. Interested parties should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    Commercial Industrial Services (CIS) - Safety Nets - LPD Class Ship
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting quotes for commercial industrial services related to the installation of safety nets on the USS Anchorage (LPD-23). The contract requires the selected contractor to provide labor, services, equipment, and materials for the removal, manufacture, pre-fit, weight testing, and installation of 12 nylon trunk safety nets and associated safety hooks, adhering to strict safety and quality standards. This procurement is critical for ensuring the safety and operational readiness of the vessel, with a performance period scheduled from January 8 to January 23, 2026. Interested small businesses must submit their quotes by December 18, 2025, and can direct inquiries to Contract Specialist Edward Dean at edward.b.dean5.civ@us.navy.mil or Contracting Officer Ricardo Barraza-Cobos at ricardo.barraza-cobos.civ@us.navy.mil.
    Indefinite Delivery/Indefinite Quantity (IDIQ), Painting for Various Locations at the Command Fleet Activities Yokosuka and Atsugi, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to perform painting services at various locations in Japan, including the Command Fleet Activities Yokosuka and Atsugi. The scope of work encompasses painting and related tasks such as scaffolding, protective coating, and repair or replacement activities across multiple sites, including U.S. military facilities and the U.S. Embassy in Tokyo. This contract is significant for maintaining the operational readiness and aesthetic standards of military installations, with an anticipated five-year ordering period and a total value of up to JPY6,000,000,000. Interested parties should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or call 046-816-2874 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    Coatings and Engravings
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for coatings and engravings services. This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment (ALRE) and other support equipment essential for naval operations, facilitating a streamlined acquisition process for the government. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years and individual call limits not exceeding $250,000. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    USNS PREVAIL (TSV-1) DPMA- Synopsis
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the execution of the USNS Prevail (TSV-1) Drydock Phased Maintenance Availability (DPMA) in Portsmouth, VA. The availability will include hull gauging and repairs, as well as electrical, mechanical, piping, and structural repairs. Offerors must possess a valid Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for the award. This is a total small business set-aside procurement with a Firm Fixed Price arrangement. The contract will be awarded based on technical, past performance, and price evaluation factors. The place of performance is restricted to the Norfolk, VA homeport area. The complete proposal request (RFP) Package will be available for download on SAM.gov around August 1, 2023. For more information, contact Kiana Hamilton at kiana.hamilton@navy.mil.
    25--TILE,CURVED24X36
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to supply curved tiles measuring 24x36 inches, identified by NSN 1H-2590-016875432-ST, under a presolicitation notice. The procurement involves a total quantity of 457 units, which will be delivered to designated DLA distribution centers in New Cumberland, PA, and Tracy, CA. These tiles are critical components requiring engineering source approval to ensure quality, and only approved sources with the necessary design capabilities and manufacturing knowledge will be eligible for the contract. Interested small businesses must express their interest and capability to meet these requirements within 15 days of this notice, and can contact Alison N. Bruker at (717) 605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL for further information.
    FY’26 SY27 1HSJ – HOMETOWN CONTROL & IMAGE TEST SELF-MAILERS
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is soliciting bids for the procurement of FY’26 SY27 1HSJ – HOMETOWN CONTROL & IMAGE TEST SELF-MAILERS for the Marine Corps Recruiting Command. This opportunity involves the production of 1,120,000 direct mail packages, divided into two versions (Control and Test), with specific requirements for printing, stock, color, and finishing. These self-mailers are crucial for effective communication and outreach in recruiting efforts. Bids are due by December 19, 2025, at 11:00 AM ET, and must be submitted via email to bids@gpo.gov. Interested contractors should be prepared to meet strict deadlines for proofs and final delivery, with quality assurance standards outlined in the solicitation documents.
    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.
    Photography, Photocopy & Microfilm Equipment
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for photography, photocopy, and microfilm equipment. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.