Naval History and Heritage Command (NHHC) Deck Log Inspection Services
ID: N0018924Q0597Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Libraries and Archives (519210)

PSC

SUPPORT- PROFESSIONAL: PERSONAL SERVICES CONTRACTS (R497)

Set Aside

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

    The Department of Defense, through the Naval History and Heritage Command (NHHC), is seeking qualified small businesses to provide document inspection and digitization services at the Washington Navy Yard in Washington, D.C. The procurement involves a detailed inspection of approximately 2,987 CDs and 14 linear feet of floppy disks, focusing on verifying the classification and completeness of digitized deck logs. This Firm-Fixed-Price contract is crucial for maintaining the integrity of sensitive historical records and is set to span from September 23, 2024, to September 22, 2025, with an option for extension until March 22, 2026. Interested contractors must submit their quotes by 11:00 AM ET on September 10, 2024, and can direct inquiries to Cody Witz at cody.witz@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a combined synopsis and solicitation for the procurement of document inspection and digitization services by the Naval History and Heritage Command (NHHC) at the Washington Navy Yard, Washington D.C. The goal is to conduct a detailed inspection of approximately 2,987 CDs and 14 linear feet of floppy disks, focusing on verification of classification and completeness of digitized deck logs. The contract, a Firm-Fixed-Price award, is designated for small businesses and spans from September 23, 2024, to September 22, 2025, with a possible option period extending until March 22, 2026. Key qualifications for contractors include possession of a high school diploma, current Top Secret security clearance, five years of experience with classified records, and proficiency in Microsoft Office. The contractor's duties entail creating a detailed inventory spreadsheet and securely handling both classified and unclassified material. Further, the document emphasizes compliance with numerous security regulations and mandates that all personnel involved undergo specific security training. The submission of quotes requires adherence to specified deadlines and the inclusion of pricing and verification of technical qualifications. The emphasis on security clearance and detailed inspections underscores the sensitivity of the records being processed.
    The file provides information regarding federal and state local Requests for Proposals (RFPs) and grants, focusing on funding opportunities for various projects. The primary aim is to outline procedures for organizations seeking government contracts, emphasizing the importance of complying with specific guidelines and eligibility criteria to apply for these opportunities. Key details may include the types of projects eligible for funding, application processes, deadlines, and criteria for evaluation. The document likely highlights resources available for potential applicants, such as workshops, informational sessions, and contacts for further inquiries. Additionally, it may stress the importance of aligning project goals with government priorities to enhance the chances of successful funding. The overall tone is likely formal and instructive, guiding applicants through complex processes while offering insights on best practices for proposal submission. Emphasizing transparency and accessibility, the document seeks to encourage a diverse array of stakeholders to participate in government funding initiatives.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    MOORING LINES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking quotes for the procurement of 350 dockline and chafe gear units, specifically designed as mooring lines. The solicitation is exclusively set aside for small businesses and adheres to the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines. These mooring lines are critical for ensuring the safe docking of naval vessels, featuring double-braid nylon construction and chafe protection for durability. Interested vendors must submit their written quotes by September 17, 2024, at 12 PM EST, via the designated email contacts provided in the solicitation. For further inquiries, vendors can reach out to Brittany Howerin at brittany.d.howerin.civ@us.navy.mil or Amber Geusic at amber.geusic@navy.mil.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    DISK DRIVE UNIT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of Disk Drive Units. The contract requires the manufacture and supply of 50 units, identified by specific part numbers, to be delivered to designated military distribution centers in Norfolk, VA, and San Diego, CA. These Disk Drive Units are critical components for various military applications, ensuring operational readiness and support for naval systems. Interested vendors must provide proof of being an authorized distributor of the original manufacturer's items and are encouraged to contact James Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1@NAVY.MIL for further details. The solicitation is open for bids, with specific delivery timelines and quality assurance requirements outlined in the contract documentation.
    DOOR,ACCESS,GENERAL
    Active
    Dept Of Defense
    The U.S. Navy is seeking quotes for the repair and inspection of DOOR,ACCESS,GENERAL, as detailed in the solicitation notice. This opportunity falls under the Hardware Manufacturing NAICS code 332510. The key tasks for the awardee involve repairing the specified hardware in accordance with the manufacturer's standards and providing associated services. The work involves meeting operational requirements, performing inspections, and delivering the repaired items. The Navy reserves the right to perform additional inspections to ensure compliance with standards. The Navy requests that applicants provide a Firm-Fixed Price for the entire repair project and specify any exceptions to the solicitation's requirements. Applicants should also include the cost of new items for evaluation purposes. Additionally, the Navy requires information on teardown and evaluation rates, repair turn-around times, and capacity constraints. Eligibility for this opportunity requires applicants to be authorized distributors of the original manufacturer's items. Proof of this authorization is necessary for consideration. Funding for this project is estimated at $192,971.16, and the contract will be bilaterally issued. Applicants should reference the requested RTAT of 166 days in their quotes. The submission deadline is not specified in the information provided. However, it's important to note that late submissions may not be considered. Applicants should ensure timely submission of their quotes, adhering to the instructions outlined in the solicitation notice. The winning application will be determined based on the criteria outlined in the solicitation notice, which includes evaluating repair prices, turn-around times, and compliance with the specified requirements. For any clarifications or questions, interested parties can contact Seana Steiner at seana.m.steiner.civ@us.navy.mil or via telephone at 717-605-6561. Please note that this opportunity is subject to Emergency Acquisition Flexibilities (EAF), and successful applicants will need to comply with the requirements outlined in the solicitation notice and associated documents.
    TOTAL SMALL BUSINESS SET ASIDE TO ACQUIRE SIX NSWC PCD COMMAND-WIDE SHREDDING SERVICE EVENTS, AS STATED IN THE STATEMENT OF WORK
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division (NSWC PCD), is seeking qualified small businesses to provide command-wide shredding services for the destruction of Controlled Unclassified Information (CUI) in paper form. The procurement involves six shredding service events, which must adhere to the guidelines outlined in CUI Notice 2019-03, ensuring secure and compliant destruction of sensitive materials. Contractors will be responsible for supplying all necessary labor and equipment for on-site shredding, with each event limited to 7,000 pounds of material or five hours, and must complete the services within four weeks of the award. Interested vendors should submit their quotes to Jessica Clark via email by the specified deadline, ensuring compliance with all outlined requirements, including invoicing through Wide Area Workflow (WAWF) and providing a Certificate of Compliance upon completion of the shredding services.
    J019 - YON 328 Underwater hull cleaning and preventive maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is soliciting quotes for underwater hull cleaning and preventive maintenance services for the YON-328 vessel. The procurement aims to secure a qualified contractor capable of performing the required cleaning in accordance with the provided Performance Work Statement (PWS), with all work to be completed by December 31, 2024. This contract is crucial for maintaining the operational readiness and longevity of naval vessels, ensuring they remain in optimal condition. Interested small businesses must submit their quotes by 11:00 AM Hawaii Standard Time on September 19, 2024, and can direct inquiries to David Chang at david.d.chang3.civ@us.navy.mil.
    DISK ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of disk assemblies under a federal contract. This opportunity involves the supply of commercial products, with specific requirements for item unique identification, quality assurance, and compliance with various military specifications and standards. The goods are critical for military applications, ensuring operational readiness and support for naval operations. Interested vendors can reach out to Catherine Hughes at 717-605-4323 or via email at CATHERINE.HUGHES@NAVY.MIL for further details, with proposals expected to adhere to the outlined terms and conditions, including a 60-day pricing validity post-quotation submission.