Washington, DC Bids > Bid Detail

Naval History & Heritage Command Navy Museums Division

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159892359747505
Posted Date: Mar 4, 2024
Due Date: Mar 12, 2024
Source: https://sam.gov/opp/4bc7c54916...
Follow
Naval History & Heritage Command Navy Museums Division
Active
Contract Opportunity
Notice ID
N0430A24RX00004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 04, 2024 05:43 pm EST
  • Original Response Date: Mar 12, 2024 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H181 - QUALITY CONTROL- CONTAINERS, PACKAGING, AND PACKING SUPPLIES
  • NAICS Code:
    • 488991 - Packing and Crating
  • Place of Performance:
    Washington Navy Yard , DC 20374
    USA
Description

The Naval Supply System Command (NAVSUP), Fleet Logistics Center Norfolk (FLCN) is conducting market

research to determine industry capability and interest to provide the following required services and supplies. This RFI

is to procure services for a requirement requesting custom packaging. The Contractor shall provide services specialized

crating services for fifteen 15 museum artifacts. Further details are provided in the attached draft Statement of Work

(SOW). The proposed procurement is a single award, Firm-fixed Price contract.



Subject to FAR Clause 52.215-3, entitled "Solicitation for Information of Planning Purpose," this announcement

constitutes a Sources Sought for information and planning purposes for qualified and experienced sources to provide a

seamless telecommunication infrastructure that supports the institutional missions of teaching, learning, research and

developmental efforts for Naval History and Heritage Command (NHHC) and National Museum of the United Staes

Navy (NMUSN) in Washington, DC. This is not a solicitation announcement for proposals and no contract will be

awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor

will the Government pay for the information submitted in response. The Government plans to procure these

services as Commercial Item as defined in FAR 2.101.



RFI SUBMISSION REQUIREMENTS:

Interested parties shall submit responses to this RFI. Responses should reference the RFI and shall Include the following

information in this format:

1. Company name, address, Point of Contact name, phone number, and email address.

2. Contractor and Government Entity (CAGE) Code and DUNS Number. Any government schedule contract number.

3. Business size under NAICS.

4. Capability statement addressing your ability to support the scope of the requirement listed in this notice and applicable attachments.

5. Describe any past performance efforts with a similar scope to the proposed requirement. Provide contract numbers,

dollar value, and the period of performance for each contract referenced in the response to this sources sought notice.

6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a

subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a

small or large businesses will be used.

7. Provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated

information.

8. Provide a Rough Order of Magnitude (ROM). The ROM shall include a total price for the effort, including an

explanation on how pricing will be calculated including subscription fees.

Documentation of technical expertise and experience must be presented in sufficient detail for the U.S. Government to

determine that your company possesses the necessary functional area expertise and experience to compete for this

acquisition. Standard company brochures will not be reviewed. Listing/pricing information shall be submitted via

Microsoft Excel Format. Technical submissions are not to exceed five (5) typewritten pages in no less than 12 font. All

technical questions and inquiries may be submitted within the response.

Responses should be emailed to trumeka.c.king.civ@us.navy.mil by 11:00 am eastern standard time

(EST) on 12 March, 2024. Again, this is not a request for a proposal. Respondents will not be notified

of the results and the U.S. Government is not required to answer any questions submitted in regards to

this RFI. Please note the information within this pre-solicitation synopsis will be updated and/or may

change prior to an official synopsis/solicitation, if any.


Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 04, 2024 05:43 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >