Photography of Posters and Archival Artifacts
ID: M0026424Q0180Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134, USA

NAICS

Commercial Photography (541922)

PSC

PHOTO/MAP/PRINT/PUBLICATION- GENERAL PHOTOGRAPHIC: STILL (T010)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, is soliciting qualified small businesses to provide professional photography services for the National Museum of the Marine Corps (NMMC), focusing on the documentation of archival posters and artifacts. The procurement aims to capture high-quality images and reproductions of various Marine Corps historical materials, ensuring their preservation and accessibility for future generations. This initiative underscores the importance of maintaining military heritage through visual documentation, particularly for recruitment materials that reflect historical strategies. Interested vendors must submit their quotes by September 9, 2024, and can direct inquiries to Molly Henderson at molly.henderson@usmc.mil or Michael Bogatyr at michael.bogatyr@usmc.mil for further details.

    Files
    Title
    Posted
    The document is a pricing table for photography and framing services related to archival artifacts for the National Museum of Modern and Contemporary Art (NMMC). It outlines various tasks with corresponding rates for services over a five-year ordering period, categorized into location photography (small, medium, and large projects) and the photography of two-dimensional and three-dimensional artifacts. Additionally, it covers digital retouching options and production of fine art prints in various sizes, alongside framing and matting options, specifying how costs must be included in the fixed rates offered by contractors. Emphasis is placed on not-to-exceed pricing for each task, ensuring clarity in budgeting and procurement for these specialized artistic services. The document serves as part of a government Request for Proposal (RFP), detailing expected deliverables and pricing structures essential for organizational planning and compliance.
    The document outlines a Request for Quotation (RFQ) for professional photography services related to the National Museum of the Marine Corps (NMMC). The Marine Corps Installations – National Capital Region seeks qualified small businesses to provide high-quality photography, scanning, and reproduction of archival posters and artifacts that document Marine Corps history. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period, focusing on comprehensive compliance with technical performance specifications. Key requirements include an initial intake meeting, careful handling of fragile items, and the provisioning of high-resolution digital images and prints of various formats. Vendors must submit their quotes via email by noon on September 6, 2024, ensuring that responses meet the solicitation requirements outlined in the Performance Work Statement (PWS), including past performance evaluations and price assessments. The proposal must also detail compliance with various government regulations and specifications relevant to small businesses. This RFQ reflects the federal government’s commitment to preserving the heritage of the Marine Corps while providing opportunities for small businesses, particularly those owned by veterans and other disadvantaged groups, to participate in government contracting processes.
    The document is a detailed inventory of various United States Marine Corps (USMC) recruitment posters, highlighting their physical condition and attributes. Each entry includes an identification number, measurements, descriptions, and conditions ranging from "excellent" to "poor." The assessment notes issues such as discoloration, fading, tears, lamination problems, and adhesive damage across multiple posters, documenting any repairs that have been made or are necessary. The post-WWII era recruiting efforts are exemplified by the posters, many of which feature patriotic themes aimed at attracting young men and women into the Corps. The file serves as an essential record for the preservation of military marketing materials, reflecting historical recruitment strategies and the artifacts' current preservation needs. This documentation aligns with federal efforts to maintain historical materials through grants and RFP processes, emphasizing the importance of preserving national history in physical forms.
    This document pertains to the amendment of a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to photography and archival services for the National Museum of the Marine Corps (NMMC). The amendment addresses vendor inquiries, provides a revised pricing table, and extends the submission deadline for quotes to September 9, 2024. The contract aims to professionally photograph and scan a collection of Marine Corps artifacts, ensuring the digital documentation of items ranging from fragile posters to archival documents. Key tasks include performing an intake meeting, capturing high-resolution images with detailed retouching options, and producing museum-quality reproductions. The submission process underscores the importance of conforming to solicitation requirements, evaluating past performance, and ensuring competitive pricing. The document highlights the collaborative nature of the project, involving coordination with the Technical Point of Contact for successful project execution. Overall, this amendment serves to clarify project expectations, facilitate vendor participation, and ensure the accurate representation of valuable historical artifacts.
    The document outlines a pricing table for photography services and related tasks pertaining to the National Museum of Medical History (NMMC). It specifies various photography projects based on sizes, ranging from small (1-5 works) to large (21+ works), each with associated setup rates. Pricing is detailed for photographing both two-dimensional artifacts and three-dimensional objects, including provisions for digital retouching at different levels of severity. The document also outlines costs for producing prints of various sizes on fine art paper and includes pricing for framing options in different materials, as well as matting specifications. Contractors are instructed to incorporate the cost of materials into their firm-fixed rates and to follow specific not-to-exceed pricing guidelines for billable tasks. The primary purpose of this document is to solicit bids from contractors for providing comprehensive photography and related framing services, emphasizing the importance of quality and adherence to archival standards for exhibited artifacts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    T010 - Visual Information Service Center (VISC) Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide Visual Information Service Center (VISC) support services at the Naval Submarine Base New London in Groton, Connecticut. This opportunity is part of a sources sought announcement aimed at conducting market research to identify capable vendors who can fulfill the requirements outlined in the draft Performance Work Statement (PWS). The services are critical for supporting the Navy's visual information needs, which include commercial photography and related services. Interested vendors are encouraged to submit their qualifications and relevant information by September 30, 2024, via email to larissa.benoit@navy.mil, with a maximum submission limit of 10 pages. This announcement does not constitute a solicitation, and no compensation will be provided for responses.
    250th Anniversary Exhibit
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Recruit Depot in Parris Island, South Carolina, is soliciting proposals for the design, fabrication, and installation of an interactive 250th Anniversary Exhibit at the Parris Island Museum. This procurement is a total small business set-aside, emphasizing the inclusion of service-disabled veteran-owned and women-owned enterprises, and seeks high-quality exhibit components such as 3D models and backlit panels. The selected contractor will be required to deliver all items within 180 days, with the total contract value determined by the awarded bid. Interested vendors must submit their proposals by September 24, 2024, at 2:00 PM (EDT), and can direct inquiries to Andrea Learn at andrea.n.learn.civ@usmc.mil or Randy L. Wentworth at randy.wentworth@usmc.mil.
    67--CAMERA SYSTEM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a Total Small Business Set-Aside for the procurement of a CAMERA. The CAMERA is typically used for photographic equipment purposes. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any subsequent amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
    Multi-Functional Devices (MFD)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy's Fleet Logistics Center Norfolk, is seeking qualified vendors to provide leasing services for Multi-Functional Devices (MFDs) and single-function printers, which are essential for operational support within the Navy/Marine Corps. The procurement aims to secure NMCI-certified and JWICS-certified equipment, along with comprehensive technical support and maintenance across various locations in the Hampton Roads area, ensuring compliance with Department of Defense standards and security protocols. This contract, which spans from January 2025 to June 2030, emphasizes the importance of maintaining optimal operational readiness and includes a requirement for all contractor personnel to hold active SECRET security clearances. Interested parties must submit their quotes by 1300 EST on August 28, 2024, and can direct inquiries to Nadia Misa at nadia.misa.civ@us.navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    Camera, Housing and Mount
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of specialized camera housing and mounting solutions through a combined synopsis/solicitation. The requirement includes ten units of Spectrum explosion-proof fixed cameras and their corresponding wall mounts, which are essential for operations in hazardous locations and must comply with military standards. This procurement is set aside for small businesses, emphasizing the importance of maintaining a steady supply of compatible equipment for effective operations. Interested contractors must submit their bids via email to Andrea Jones at andrea.jones36.civ@army.mil by September 19, 2024, at 10:00 AM CDT, and ensure they are registered in the System for Award Management (SAM).
    5.56mm Long Range Ammunition
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting proposals for the procurement of 5.56mm Long Range Ammunition (MK262 MOD 1). This acquisition is aimed at fulfilling various military requirements and includes comprehensive specifications for manufacturing, testing, inspection, packaging, and documentation of the ammunition. The procurement is particularly significant as it supports the operational readiness of U.S. military forces while promoting small business participation, including service-disabled veteran-owned businesses. Interested vendors must submit their proposals by September 19, 2024, and can direct inquiries to Shawna Gainey at shawna.y.gainey.civ@us.navy.mil or Leslie Graber-Heshelman at leslie.a.graber-heshelman.civ@us.navy.mil for further information.
    Paint Coating and Related Products
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide Paint Coating and Related Products as outlined in the attached Statement of Work (SOW). The procurement is structured as a Combined Synopsis/Solicitation under the Federal Acquisition Regulation (FAR) Part 13, utilizing Simplified Acquisition Procedures (SAP), and requires that all parts be new, with no refurbished or used items accepted. This solicitation is critical for maintaining the operational readiness of naval assets, ensuring that high-quality coatings are available for various applications. Interested vendors should note that the RFQ number is N5005424Q0221, and they can contact Erin Behrns at erin.m.behrns.civ@us.navy.mil or Stephanie Forman at stephanie.forman1@navy.mil for further inquiries. The solicitation will be available on the System for Award Management at https://sam.gov/ and/or the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil.
    Annual Maintenance of Markforged Metal X Printer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is soliciting quotes for the annual maintenance, refurbishment, calibration, and certification of Markforged Metal X 3D Printer Systems. This procurement aims to ensure the operational readiness and reliability of critical equipment over a contract period consisting of one base year, four option years, and an additional six-month option, with services commencing on September 30, 2024. The selected contractor will be responsible for comprehensive service, including the replacement of worn parts and the provision of certification reports, while adhering to stringent safety, environmental, and operations security requirements outlined in associated documents. Interested vendors must submit their quotes by September 20, 2024, to both primary and secondary contacts, Luz Thibeau and Shanna Tamayori, via email, and ensure registration with the System for Award Management (SAM) prior to the award date.
    USNS CODY (THERMOGRAPHIC SURVEY)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for a firm-fixed price contract to conduct a thermographic survey of the USNS CODY's electrical systems. The objective of this procurement is to assess the ship's switchboards, load centers, and miscellaneous electrical equipment under peak load conditions, requiring contractors to have qualified infrared thermographers, ideally certified to Level 2 or higher. This survey is critical for ensuring the operational integrity and safety of the ship's electrical systems. Quotes are due by 11:00 am EST on September 23, 2024, and interested parties should contact James E. Greene at james.e.greene7.civ@us.navy.mil or Heather East at heather.j.east.civ@us.navy.mil for further information.
    Naval Postgraduate School
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to award a Firm, Fixed Price contract for specialized leadership training services at the Naval Postgraduate School (NPS). The procurement involves the co-design and implementation of two leadership workshops aimed at enhancing strategic communication and conflict management for 100 Supply Corps Waterfront leaders, specifically targeting junior officers. These workshops are critical for improving operational readiness within the Department of the Navy and are scheduled to take place in Fall 2024 and Spring 2025 in Norfolk, Virginia. Interested vendors must submit their quotes electronically to Nadia Misa by 10:00 AM EST on September 19, 2024, with the contract period extending from September 23, 2024, to September 22, 2025.