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
    SONAR DOME RUBBER WINDOW SERVICE
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for Sonar Dome Rubber Window (SDRW) testing and inspection services at the SRF Yokosuka in Japan. This procurement aims to ensure the operational readiness of U.S. Navy ships by providing essential maintenance services, with a firm, fixed-price contract anticipated. The work is scheduled to take place from May 12 to May 16, 2025, and is part of a total small business set-aside initiative, emphasizing the Navy's commitment to engaging small and service-disabled veteran-owned businesses. Interested contractors must submit their proposals by noon on March 7, 2025, and can direct inquiries to Ferbien Encomienda at 360-476-7587 or via email at Ferbien.O.Encomienda.CIV@us.navy.mil.
    Fiber Optic Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of fiber optic supply kits and associated tools. The solicitation, identified by number N0017825Q6717, outlines the need for various items including tool kits, cleaning swabs, fiber optic cables, and connectors, all intended to enhance the Navy's operational capabilities. This procurement is crucial for maintaining and upgrading fiber optic systems, which are vital for effective communication and data transfer within military operations. Proposals are due by 12:00 PM on March 11, 2025, and interested parties can contact James Embrey at james.d.embrey3.civ@us.navy.mil or by phone at 540-498-5241 for further information.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Naval Surface Warfare Center Carderock Divisions Equipment Maintenance Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified small businesses to provide preventive and corrective maintenance services for industrial machinery under a Blanket Purchase Agreement (BPA). The procurement aims to ensure operational integrity and efficiency by acquiring commercial off-the-shelf (COTS) services over a five-year period, starting in April 2025, with a total ceiling of $4.5 million and individual calls capped at $249,000. Interested vendors must submit pricing and capability statements by March 12, 2025, and can direct inquiries to David Crouch at 301-318-3929 or via email at David.w.crouch3.civ@us.navy.mil.
    70--REMOVABLE STORAGE (, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of removable storage solutions. This procurement aims to enhance the functionality and reliability of IT and telecom systems, particularly focusing on help desk support and productivity tools. The services are critical for maintaining operational efficiency within the Navy's IT infrastructure. Interested vendors should reach out to Peter A. Kobryn at (215) 697-4313 or via email at PETER.KOBRYN@NAVY.MIL for further details regarding the presolicitation notice.
    RAPID_MAC_FORECAST_JULY_2024
    Buyer not available
    The Department of Defense seeks to update its RAPIDMACFORECASTJULY2024 monthly forecast report, replacing the current distribution method via email due to ongoing challenges with outdated vendor contact information. The primary objective is to post the report reliably and efficiently on SAM.gov, ensuring accessibility for vendors. This special notice emphasizes that there are currently no active or planned task orders as of July 2024. The scope of work involves a straightforward upload of the RAPID MAC Monthly Forecast document onto the SAM.gov platform. Awardee requirements and deliverables are not explicitly mentioned in the provided information. Eligibility criteria and qualifications are not discussed in detail, but it's implied that vendors capable of uploading documents to SAM.gov and possessing a general understanding of the RAPID MAC process are encouraged to apply. Funding and contract details are not provided in the given information. However, this opportunity is posted as a federal contract, indicating a traditional contracting arrangement with financial compensation for the selected vendor. The submission process is outlined briefly, directing interested parties to register their SAM.gov accounts and keep them updated. No specific application format or deadline is mentioned, which suggests a rolling application process. The evaluation criteria focus on the timeliness and accuracy of the posted information. The selection will likely prioritize vendors who can ensure efficient and reliable access to the monthly forecast report. For any questions or clarifications, interested parties can contact Christopher Pennini at christopher.k.pennini.civ@us.navy.mil or 240-298-3470. Additionally, Veronica Mayhew is listed as a secondary contact, reachable at veronica.a.mayhew.civ@us.navy.mil.
    Axiom Support Agreement
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking quotations for an Axiom Support Agreement that encompasses software and hardware support for specific Dell assets, including storage solutions. This Request for Quotation (RFQ) outlines the submission requirements for potential contractors and emphasizes compliance with various federal regulations, including FAR and DFARS clauses, while promoting small business participation. The procurement is crucial for ensuring the operational efficiency of the Navy's IT and telecom storage products, with a focus on domestic sourcing and adherence to the Wide Area Workflow payment system. Interested contractors can reach out to Roshaia Thomas at roshaia.a.thomas.civ@us.navy.mil or 240-309-1653 for further inquiries regarding this opportunity.
    3573 HAYWARD Drydock
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Philadelphia office, is seeking qualified contractors for the 3573 Hayward Drydock project. This presolicitation opportunity is set aside for small businesses and involves shipbuilding and repairing services, categorized under NAICS code 336611 and PSC code J998 for non-nuclear ship repair. The procurement is crucial for maintaining and enhancing the operational capabilities of naval vessels, ensuring they are fit for service. Interested parties should reach out to Matthew Rhoads at matthew.t.rhoads@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details.
    Dell Data Domain Maintenance
    Buyer not available
    Dell Data Domain Maintenance is being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, through the NAVAL RESEARCH LABORATORY. This procurement falls under the category of IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW). The place of performance is Washington, DC, with the zip code 20375, in the United States. The primary contact for this procurement is James Chappell, who can be reached at james.chappell@nrl.navy.mil or 2029231418. The secondary contact is Kimberly Martin, who can be reached at kimberly.martin@nrl.navy.mil. The description of this procurement is a combined synopsis/solicitation for commercial items, specifically Dell Data Domain Maintenance. The Naval Research Laboratory is seeking to purchase this item, and interested companies are requested to provide quotations. The procurement is for brand name or equal items in accordance with FAR 52.211-6. The solicitation provisions and clauses are incorporated in this notice. The contract terms and conditions required to implement statutes or executive orders are also applicable. The evaluation of offers will be based on the lowest price technically acceptable criteria. The submission should include a statement regarding the acceptance of the terms and conditions in the solicitation. The deadline for submission is specified in the notice.
    Building Supply
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.