Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOLICITATION NOTICE

G -- Museum Exhibition Production

Notice Date
6/18/2025 1:49:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
712110 — Museums
 
Contracting Office
W7N5 USPFO ACTIVITY VA ARNG RICHMOND VA 23297-0000 USA
 
ZIP Code
23297-0000
 
Solicitation Number
W912LQ25QA016
 
Response Due
7/7/2025 11:00:00 AM
 
Archive Date
07/22/2025
 
Point of Contact
Katina Moore, Rebecca Fowler
 
E-Mail Address
katina.l.moore7.civ@army.mil, rebecca.l.fowler6.civ@army.mil
(katina.l.moore7.civ@army.mil, rebecca.l.fowler6.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
General Information This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. Utilizing FAR Part 13, Simplified Acquisition Procedures, the Virginia National Guard (VaNG) intends to issue a Blanket Purchase Agreement(s) (BPAs) for printing, fabricating, designing and/or installing historical artifacts for museum exhibitions throughout the Commonwealth of Virginia. The following solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2025-03, dated January 17, 2025. This solicitation is issued as a 100% small business set-aside under the NAICS code, 712110, Museums, with a small business size standard of $34,000,000. The VaNG intends to award more than one, firm-fixed price, BPA. Each BPA awarded will have up to a five (5) year ordering period with a maximum ceiling of $150,000. The minimum call value is $1.00, with a maximum call value of $15,000.00. Calls below $10,000 may be placed without providing for fair opportunity. All calls will include an individual performance work statement and be competed allowing for a fair opportunity amongst the companies under the BPA. The government will not pay for costs associated with the preparation of a quote in response to this combined synopsis/solicitation. Communication with the Government Questions: Submit written questions via email ONLY to contract specialist Katina Moore at katina.l.moore7.civ@army.mil. No phone calls will be accepted. Questions will be reviewed until Friday June 27, 2025, no later than 11:00 a.m. Eastern Standard Time (EST). Administrative Information Contracting Officer: Rebecca Fowler: Rebecca.l.fowler6.civ@army.mil Contracting Specialist: Katina Moore: katina.l.moore7.civ@army.mil Contractors interested in being considered for a BPA shall submit the following documents, via email, not later than 2:00 P.M. EDT, July 7, 2025. The solicitation number shall be identified in the subject line of the email response. Pricing Schedule or Alternate Pricing Schedule. Prices shall include all costs associated with performing the required tasks. Printing and installing color and black-and-white photos and graphic arts in various sizes and on various mounting materials, including but not limited to archival-grade plastics, MDF, or metal. Unit Price $___________________ Printing and installing artifact and exhibition labels in color and black-and-white, no larger than 11 x 14 inches. Unit Price $__________________ Printing and installing vinyl text onto walls, including preparing wall surfaces on-site for proper adhesion. Unit price $___________________ Fabricating and installing three-dimensional text lettering and graphics. Unit price $______________ Fabricating and installing three-dimensional signs for indoor and outdoor settings. Unit price $______________ Fabricating and installing museum-quality frames for two-dimensional prints or artworks using appropriate mounting methods and materials, including UV-filtering glazing when requested. Unit price $_________________ Fabricating and installing museum-quality frames or enclosures for both flat and dimensional textiles (including but not limited to flags and military uniforms) using appropriate mounting methods and materials, including UV-filtering glazing when requested. Unit price $_____________________ Fabricating and installing museum-quality frames or enclosures for three-dimensional artifacts (including but not limited to helmets, weapons, and shoes) using appropriate mounting methods and materials, including UV-filtering glazing when requested. Unit price $________________ Fabricating and installing display cases and exhibition mounts, including but not limited to pedestals, frames, mannequins, mounts for headgear, firearms, and fabric-based items, and armatures for various objects. Unit price $________________ Fabricating and installing exhibition dioramas of various scales to illustrate the history of the Virginia National Guard, including but not limited to creating detailed scenic backgrounds, custom-built environments, and scale models. Unit price $____________ Designing and installing specialized lighting solutions for exhibits, including accent lighting, ambient lighting, and task lighting to enhance visibility and focus on key artifacts. Unit price $___________________ Setting up audiovisual components, including but not limited to interactive touchscreens, audio stations, projection systems, or QR codes, with appropriate equipment, wiring, and installation. Unit price $_____________________ Completed Representations and Certifications (or statement confirming all representations and certifications have been completed at sam.gov and are current and accurate). Capability Statement identifying all services the contractor can perform, address how the contractor will fulfill a VaNG call order (how a project will be planned, how the mounting will be determined, how the final product will be produced, transported, and installed). Identification of any services identified in the Performance Work Statement (PWS) the contractor is unable to perform and should not be included in any resulting BPA. Past performance references for similar work performed in the last three years. Reference information shall include the project or contract number, the date work was performed, the total project or contract price, point of contact name, phone number and email address. Basis for Award: BPAs will be issued to the responsive, responsible offeror(s) whose proposal demonstrates the capability to meet one or more of the required tasks, demonstrates relevant and recent satisfactory or better past performance, and whose prices can be determined fair and reasonable. The Contracting Officer will determine the actual number of BPAs to be issued based on the number of responses received and what is deemed most advantageous to the VaNG. For purposes of evaluating price, all costs associated with the individual pricing schedule shall be included in the proposal. Offerors may provide an alternate pricing schedule for the government�s review and consideration provided it is clear what prices are applicable to which tasks. BPAs will not be issued to third party entities. The Government intends to make award without conducting discussions. However, the Contracting Officer reserves the right to conduct discussions if determined necessary. Interested vendors agree to hold prices firm for 60 days after the date of submission. NG Agency Protest Program NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or another external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency�s Protest Decision Authority, but not both, in accordance with NG protest procedures. To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below: National Guard Bureau Office of the Director of Acquisitions/ Head of Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protest should be sent to Contracting Officer Rebecca Fowler at Rebecca.l.fowler6.civ@army.mil Provision and Clauses The following FAR and DFARS provisions are incorporated by reference and apply to this solicitation: 52.201-1, Acquisition 360: Voluntary Survey 52.204-7, System for Award Management (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-29, Federal Acquisition Suplly Chain Security Act Orders-Representation and Disclosures. (DEC 2023) 52.212-1, Instructions to Offerors Commercial Items (NOV 2021) 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) 252.204-7024, Notice on the use of the Supplier Performance Risk System (MAR 2023) 252.225-7055, Representation Regarding Business Operations with Maduro Regime (MAY 2022) 252.225-7059, Prohibition on Certain Procurements from Xinjiang Uyghur Autonomous Region-Representation (JUN 2023) The following FAR and DFARS clauses are incorporated by reference and are applicable to this solicitation and any resulting award: 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-19, Incorporation By Reference Of Representation And Certifications (DEC 2014) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2021) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. (DEC 2016) 52.232-39, Unenforceability of Unauthorized Obligations (June 2013) 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2024) 52.236-13, Accident Prevention (Alternate I) 52.245-1, Government Property (SEP 2021) 252.201-7000, Contracting Officer�s Representative (DEC 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights (SEP 2013) 252.204-7003, Control Of Government Personnel Work Product (APR 1992) 252.204-7004, Antiterrorism Awareness Training for Contractors (JAN 2023) 252.204-7009, Limitations on the Use or Disclosure of Third-Party (OCT 2016) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) 252.204-7014, Limitations on the Use or Disclosure of Information by Litigation Support Contractors (JAN 2023) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (MAR 2022) 252.204-7021, Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement (JAN 2023) 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SPE 2014) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7000, Buy American and Balance of Payments Certificate-Basic (FEB 2024) 252.225-7001, Buy American and Balance of Payments Program�Basic (JAN 2023) 252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022) 252.225-7012, Preference For Certain Domestic Commodities (APR 2022) 252.225-7036, Buy American�Free Trade Agreements�Balance of Payments Program�Basic (JAN 2023) 252.225-7048, Export-Controlled Items (JUN 2013) 252.225-7056, Prohibition Regarding Business Operation with the Maduro Regime (MAY 2022) 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation (JUN 2023) 252.226-7002, Representation for Demonstration Project for Contractors Employing Persons with Disabilities (DEC 2019) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card (MAY 2018) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.237-7010, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (JAN 2023) 252.243-7001, Pricing Of Contract Modifications (DEC 1991) 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (JAN 2021) 252.245-7003, Contractor Property Management System Administration (JAN 2025) 252.245-7005, Management and Reporting of Government Property (JAN 2024) 252.247-7023, Transportation of Supplies by Sea (FEB 2019) C. The following FAR and DFARS provisions are incorporated by full text and apply to this solicitation and any resulting award. Full text of a provision may be accessed electronically at https://www.acquisition.gov. Supplemental information for applicable provisions is provided below. 52.204-22, Alternate Line Item Proposal (JAN 2017) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) - see attachment number 3 52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020) - see attachment number 3 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services (DEVIATION 2025-O0003) (MARCH 2025) 252.203-7005, Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation (DEC 2019) - see attachment number 3 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (MAY 2021) - see attachment number 3 D. The following FAR and DFARS clauses are incorporated by full text and apply to this solicitation and any resulting award. The full text of a clause may be accessed electronically at https://www.acquisition.gov. Supplemental information for the applicable clause is provided below. 52.216-32 Task-Order and Delivery-Order Ombudsman. (Sep 2019) (a) In accordance with 41 U.S.C. 4106(g), the Agency has designated the following task-order and delivery-order Ombudsman for this contract. The Ombudsman must review complaints from the Contractor concerning all task-order and delivery-order actions for this contract and ensure the Contractor is afforded a fair opportunity for consideration in the award of orders, consistent with the procedures in the contract. Mrs. Tracy Wilder NGB HQ, 111 S. George Mason Dr., Arlington, VA 22204. Email: ng.ncr.ngb-arng.mesg.ngb-task-order-ombudsman-owner@army.mil (b) Consulting an ombudsman does not alter or postpone the timeline for any other process (e.g., protests). (c) Before consulting with the Ombudsman, the Contractor is encouraged to first address complaints with the Contracting Officer for resolution. When requested by the Contractor, the Ombudsman may keep the identity of the concerned party or entity confidential, unless prohibited by law or agency procedure. (End of clause) 52.222-42 Statement of Equivalent Rates for Federal Hires. (May 2014) As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor ( 29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits 23470 Laborer 13.59 hour (End of clause) 52.222-49, Service Contract Labor Standards-Place of Performance Unknow (MAY 2014) (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: none. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by Friday June 27, 2025, no later than 11:00 a.m. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (End of clause) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Deviation CD 2025-O0003) MAR 2025 The following FAR clauses included in 52.212-5 are applicable to this acquisition: 52.203-19 (JAN 2017), 52.204-10 (JAN 2020), 52.204-23 (NOV 2021), 52.204-25 (NOV 2021), 52.204-27 (JUN 2023), 52.204-30, (DEC 2023), 52.209-6, (JAN 2025) 52.209-10 (NOV 2015), 52.219-6, (NOV 2020), 52.219-13, (MAR 2020), 52.219-28 (SEP 2021), 52.222-3 (JUN 2023) 52.222-19, (FEB 2024), 52.222-35, (JUN 2020) 52.222-36, (JUN 2020) 52.222-37, (JUN 2020) 52.222-41, (AUG 2018), 52.222-42, (MAY 2014) 52.222-50 (NOV 2021), 52.222-55 (JAN 2022), 52.222-62 (JAN 2022), 52.223-23 (MAY 2024) 52.233-3 (AUG 1996), 52.233-4 (OCT 2004), 52.224-3 (JAN 2017), 52.225-13 (FEB 2021), 52.226-8 (MAY 2024), 52.232-33 (OCT 2018), 52.232-36, (MAY 2014), 52.232-40 (MAR 2023), 52.240-1 (NOV 2024) 52.252-2, Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the fill text of a clause may be accessed electronically at these/these address(es) https://www.acquisition.gov/ 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquistion.gov (End of clause) 52.252-5, Authorized Deviations in Provisions. As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert ""(DEVIATION)"" after the date of the provision. Authorized Deviations in Provisions (Nov 2020) (a)The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. (b)The use in this solicitation of any Defense Federal Acquistion Regulation Supplement (48 CFR Chapter___2___) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of provision) 52.252-6, Authorized Deviations in Clauses (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR _2____) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. 252.232-7006 Wide Area Workflow Payment Instructions (JAN 2023) (a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. Not applicable (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. 2n1 invoice (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial financing, submit a commercial financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay official DoDAAC HQ0670 Issue By DoDAAC W912LQ Admin DoDAAC W912LQ Inspect by DoDAAC W801GJ Ship to Code W801GJ Ship from Code Not applicable Mark for Code Not applicable Service Approver (DoDAAC) Not applicable Service Acceptor (DoDAAC) W801GJ Accept at Other (DoDAAC) Not applicable LPO DoDAAC Not applicable DCAA Auditor DoDAAC Not applicable Other DoDAAC Not applicable (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. Disa.global.servicedesk.mbx-ticker-request@mail.mil and VAARNGASO@army.mil (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. Attachments: 1. Information Sheet 2. Performance Work Statement 3. Reps & Certs 4. Ordering Instructions 5. Wage Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ac48ace69fb4eaf8d4406784ab8fa75/view)
 
Place of Performance
Address: North Chesterfield, VA 23237, USA
Zip Code: 23237
Country: USA
 
Record
SN07482315-F 20250620/250618230332 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.