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
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.
    Paper Shredding Service- NETC, Pensacola FL
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for paper shredding services at the Naval Education Training Center (NETC) in Pensacola, Florida. The procurement requires contractors to provide non-personal shredding services, including personnel, equipment, and secure containers for document disposal, with a contract duration of one base year and four optional years extending to September 2029. This service is critical for maintaining the security and confidentiality of sensitive materials handled by the Navy. Interested contractors must submit their proposals, including technical plans and pricing, by the specified deadlines, with questions due by September 13, 2024. For further inquiries, contact Contract Specialist Yaynel Yambo at yaynel.c.yambo.civ@us.navy.mil or call 904-542-0442.
    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.
    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.
    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.
    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.
    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.
    7A21 - Headspace Application
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a sole source contract for the Headspace mental health wellness mobile application. This procurement aims to provide the Headspace application to assist Sailors and their dependents in enhancing their mental health and wellness, as part of the Navy Culture and Resilience Office's initiatives. The contract will be awarded on a firm-fixed-price basis, with the solicitation number N0018924Q0912, and interested parties must submit their quotes by 12:00 PM Eastern Standard Time on September 20, 2024, to Dennis Aquino at dennis.a.aquino2.civ@us.navy.mil. The estimated size standard for this opportunity falls under the NAICS code 513210, with a small business size threshold of $47 million.
    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.
    USNS CODY (NAVIGATION BRIDGE)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for technical services related to navigation, SOLAS, and Voyage Data Recorder systems for the USNS CODY during its Final Contract Trials (FCTs). The procurement requires the provision of an Original Equipment Manufacturer (OEM) service representative to ensure operational readiness and compliance with equipment inspections during ship trials scheduled for 15-17 October and 5-7 November 2024 at JEB-Little Creek, Virginia Beach, VA. This opportunity is critical as it involves specialized support from Northrop Grumman (Sperry), the sole source provider due to their proprietary rights and unique capabilities essential for the safety and functionality of naval operations. Interested parties must submit their quotes via email by 11:00 AM EST on 25 September 2024, and can contact James E. Greene or Heather East for further information.