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
  1. 1
    Posted Aug 30, 2024, 12:00 AM UTC
  2. 2
    Updated Aug 30, 2024, 12:00 AM UTC
  3. 3
    Due Sep 10, 2024, 3:00 PM UTC
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.
Sep 3, 2024, 7:04 AM UTC
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
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 soliciting proposals for the repair and modification of removable storage systems. The procurement aims to ensure timely and efficient repair turnaround times (RTAT) for assets, with a required RTAT of 113 days from receipt of the asset at the contractor's facility. This opportunity is crucial for maintaining operational readiness and efficiency within the Navy's logistics and supply chain management. Interested contractors should reach out to Peter Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, as the contract terms include specific requirements for throughput constraints and acceptance criteria.
N0018925Q0163 Class Ring Exhibit Fabrication and Installation
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking quotes for the fabrication and installation of a Class Ring Exhibit, with a requirement for five units to be delivered over five months from April to September 2025. This procurement is a 100% small business set-aside, emphasizing the importance of small business participation in federal contracts, with a monetary threshold of $13.5 million as per Small Business Size Standards. Interested vendors must ensure compliance with federal regulations, including wage determinations that mandate minimum wage rates for various occupations in Maryland, and submit their quotes electronically by 8:00 AM EST on April 7, 2025, to Claudette Jones at claude.j.jones.civ@us.navy.mil. Late submissions may not be considered for award, and no questions will be accepted after the solicitation deadline.
DF01 - JAGLink PowerApp Conversion Services
Buyer not available
The Department of Defense, through the Naval Supply Logistics Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for JAGLink PowerApp Conversion Services, aimed at transitioning the existing application used by the Office of the Judge Advocate General (OJAG) to a Microsoft Azure Power Apps solution by May 2025. The procurement requires the development of user-friendly interfaces, data migration from the legacy system, and ongoing support post-deployment, while ensuring compliance with technical and security standards. This initiative is crucial for enhancing judicial support services within the Navy, reflecting a commitment to modernizing legal operations. Interested small businesses must submit their quotes and supporting documentation to Tierra Watson at tierra.k.watson.civ@us.navy.mil by the closing date specified in the solicitation, with the contract period extending from May 2025 to May 2026.
DIGITAL SIGNAGE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a stand-alone on-premises digital signage solution. This procurement includes the supply, installation, and maintenance of digital signage systems, with a firm-fixed price arrangement for various service categories such as equipment installation and ongoing support. The project is critical for enhancing communication and information dissemination within the facility, and all materials must comply with the Trade Agreements Act (TAA). Interested vendors must submit their quotes by April 21, 2025, and are encouraged to attend a site visit on April 9, 2025, to better understand the requirements. For further inquiries, vendors can contact Diana Moses at diana.moses@navy.mil or by phone at 540-742-8868.
PCDMIS CAD++ Software Upgrade
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure an upgrade for the PCDMIS CAD++ software from Hexagon Manufacturing Intelligence, Inc. This procurement involves a 12-month subscription for software upgrades, including PCDMIS CAD++, MyCare certification, and Metrology Assistant Manager Advanced, with options for two additional renewal years. The PCDMIS software is critical for engineering technicians to ensure precision in manufacturing by comparing measured data to CAD models, highlighting its importance in the Navy's engineering projects. Interested parties must submit a capabilities statement by April 10, 2025, to Steven Besanko at steven.besanko@navy.mil, with the contract performance period set from March 31, 2025, to March 31, 2026, under a firm-fixed-price structure.
BMC Footprints L1 renewal
Buyer not available
The Department of Defense, through the National Defense University (NDU), is seeking to procure maintenance and support for the BMC FootPrints Level 1 (L1) software, which is essential for managing IT help desk requests across the university. This procurement aims to ensure continuity of software programming and timely upgrades to prevent potential software failures that could impact the effectiveness of NDU's Information Technology Department. The contract is a sole-source requirement with RightStar, Inc. as the only authorized provider, covering a period from May 29, 2025, to May 28, 2028, and requires compliance with Section 508 accessibility standards. Interested vendors must submit their quotations by 1 PM ET on April 10, 2025, and direct any inquiries to Rubean Joy Varghese at rubean.j.varghese.civ@us.navy.mil.
COMPUTER,DIGITAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of digital computers under a fixed-price contract. The procurement requires contractors to provide a firm-fixed price for the repair of specified items, adhering to strict turnaround times and quality assurance standards, including compliance with MIL-STD packaging and government inspections. This opportunity is critical for maintaining operational readiness and ensuring the functionality of essential electronic systems within the Navy. Interested contractors must submit their quotes electronically to Aaron McFee at AARON.MCFEE@NAVY.MIL, with a minimum quote validity of 90 days and a repair turnaround time of 61 days after receipt of the asset.
CaseCracker
Buyer not available
The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is seeking quotes from small businesses for the procurement of a CaseCracker Onyx Lite Standard Two Room Server package, which includes a 5-year software support and hardware warranty. This system is critical for NCIS agents as it facilitates the collection and documentation of witness statements, ensuring operational efficiency and compliance with security policies. The solicitation follows a Lowest Price Technically Acceptable (LPTA) evaluation method, with quotes due by April 14, 2025, and questions accepted until April 8, 2025. Interested vendors can reach out to Cameron Roberge at cameron.roberge@ncis.navy.mil or Judith Campbell at judith.campbell@ncis.navy.mil for further information.
NHHC interactive audio-visual exhibit for Navy's 250th Birthday
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is soliciting proposals for the design, development, fabrication, travel, and installation of an interactive audio-visual exhibit to commemorate the Navy's 250th birthday. The project aims to create an engaging and historically accurate exhibit that fosters community engagement and reflects naval history, with a performance period from April 29, 2025, to November 28, 2025. Interested contractors must submit their proposals electronically by April 8, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for award consideration. For further inquiries, potential bidders can contact Megan Evans at megan.m.evans18.civ@us.navy.mil or Antonio Smith at antonio.o.smith2.civ@us.navy.mil.
NETAPP Software and Warranty
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is seeking quotations for the procurement of NETAPP Software and Warranty, specifically tailored for their operational needs in Washington, D.C. This opportunity is a Total Small Business Set-Aside and requires vendors to provide a range of software and warranty services, including next business day parts delivery, software subscriptions, and warranty extensions for specified NetApp products. The procurement is critical for maintaining the NRL's technological infrastructure and ensuring reliable data management capabilities. Interested vendors must attend a mandatory Q&A meeting on April 16, 2025, and submit their quotations by the specified deadline, with all inquiries directed to Andrea Graves at andrea.graves@NRL.NAVY.MIL.