SOLICITATION NOTICE
V -- Relocation services of the Naval History and Heritage Command Photo Archives and Navy Department Library
- Notice Date
- 6/16/2022 7:11:50 AM
- Notice Type
- Presolicitation
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018922Q0264
- Response Due
- 7/10/2022 10:00:00 PM
- Archive Date
- 07/26/2022
- Point of Contact
- David Crouch 757-443-1397
- E-Mail Address
-
david.w.crouch@navy.mil
(david.w.crouch@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511-3392, intends to award a single, firm-fixed price contract for relocation services using the policies and procedures of FAR Part 12, Acquisition of Commercial Items; FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items; and FAR Subpart 19.5 Set asides for Small Business. This requirement will be solicited as a 100 percent small business set-aside. The activity�s small business office concurs with this determination. The NAICS code applicable to this procurement is 484210, Used Household and Office Goods Moving. The current size standard is $27.5 million. The Federal Supply Classification is V003, Packing/Crating Services. The place of performance is the Washington Navy Yard, Washington DC, buildings 44, 57, and 108. This requirement is to provide relocation services of the Photo Archives and Navy Department Library. The Government requires a contractor to furnish all personnel, equipment, facilities, supplies, services and materials, for the processing, housing/rehousing, packing, crating and moving of historic artifacts, collections, and library holdings under the cognizance of the Naval History and Heritage Command (NHHC), History and Archives Division (HAD).The performance period for this acquisition is anticipated to be a 6 month base period beginning on 01 August 2022 and ending on 31 January 2023. There is a FAR 52.217-8 Extension included for up to and additional six months if needed. The solicitation is expected to be available around 24 June 2022. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. THE SOLICITATION IS NOT YET AVAILABLE. Once available, the solicitation will be posted to this site (SAM.gov, https://sam.gov). All responsible sources may submit a proposal that will be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Quoters may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov/. Please direct all questions regarding this requirement to David Crouch at david.w.crouch3.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/46cc9d0cae6c46d89e43c35ddb9346ee/view)
- Place of Performance
- Address: Washington Navy Yard, Washington DC, buildings 44, 57, and 108., , , USA
- Country: USA
- Country: USA
- Record
- SN06360727-F 20220618/220616230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |