U.S. Army Museum Enterprise Macro Artifact Restoration Services
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159592335384223 |
Posted Date: | Mar 15, 2023 |
Due Date: | Mar 29, 2023 |
Solicitation No: | W56HZV-23-R-L027 |
Source: | https://sam.gov/opp/f6d3dd0fe0... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 15, 2023 07:19 am EDT
- Original Response Date: Mar 29, 2023 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z2PB - REPAIR OR ALTERATION OF EXHIBIT DESIGN (NON-BUILDING)
-
NAICS Code:
- 712110 - Museums
-
Place of Performance:
Fort Belvoir , VA 22060USA
Army Contracting Command-Detroit Arsenal (ACC-DTA) intends to issue a Request for Proposal (RFP) for restoration and conservation services for macro-scale historical artifacts owned by the US Army’s Center of Military History Army Museum Enterprise (AME).
AME exhibits and maintains in excess of 569,000 individual artifacts ranging in size from lapel pins to main battle tanks and aircraft. Of particular importance are the macro-scale artifacts maintained as part of this artifact collection. The AME is mandated by Army Regulation, 870-20 and supplemental conservation directive documents, to preserve these large-scale artifacts in as close to original, services-related conditions as possible. However, due to the delicate and complex nature of these macro artifacts, combined with the deteriorating effects of exhibition and storage environments, occasional restoration and refurbishment may be required.
This acquisition will be a 100% Small Business set-aside. The period of performance will consist of five 12-month ordering periods. The Government anticipates this to be a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). The Government intends to issue the RFP in FY23, early 3rd Quarter, with receipt of proposals due 30 calendar days after issuance of RFP. The solicitation, amendments, and other miscellaneous documentation will be posted to the betaSAM website at https://beta.sam.gov. It is the responsibility of each Offeror to review the website for notices of amendments and changes of information. Hard copies of documents will not be made available.
Contact with Government personnel outside of ACC-DTA, by a potential Offeror regarding this acquisition is strictly prohibited. In order to be eligible for award, registration in the System for Award Management (SAM) database is required. To register, go to https://www.sam.gov. Award will be made on the basis of best value to the Government. Services will be procured using procedures in FAR parts 12 and 15. The North American Industry Classification Code (NAICS) is 712110 with a small business size standard of $30,000,000.00. Any correspondence concerning this acquisition shall reference RFP Number W56HZV-23-R-L027. Comments, questions, or concerns pertaining to this solicitation package should be submitted by “email only” to Contracting Officer: Ms. Elida Kellezi, elida.kellezi.civ@army.mil and Contract Specialist, Ms. Natalie Perras, natalie.n.perras.civ@army.mil.
*THIS IS A PRE-SOLICITATION NOTICE, OTHERWISE KNOWN AS A SYNOPSIS (SUMMARY).
- 6501 EAST 11 MILE ROAD ARMY CONTRACTING COMMAND WARREN
- DETROIT ARSENAL , MI 48397-5000
- USA
- Natalie Perras
- natalie.n.perras.civ@army.mil
- Mar 15, 2023 07:19 am EDTPresolicitation (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.