R425 - Admiral Gooding Center Events and Information Technology Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, specifically NAVSUP FLT LOG CTR NORFOLK, is soliciting proposals for Admiral Gooding Center Technical and Event Administration Support Services for Naval Support Activity Washington (NSAW). This is a Firm Fixed-Price (FFP) Task Order set aside for Women-Owned Small Businesses (WOSB). Only Active Prime SeaPort MAC holders are eligible to submit proposals. Proposals are due by April 3, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide comprehensive event and information technology (IT) support services to ensure continuous operations and full functionality of the Admiral Gooding Center (AGC) in Washington, DC. Key services include audio-video (AV), telecommunications, network administration, facility support, and logistics. This involves on-site staff, adherence to cybersecurity policies (including Risk Management Framework and Authority to Operate for the AV network), and support for various events, including classified and off-site functions. Technical support encompasses AV equipment setup and operation, digital video recording, event photography, government telephone systems, internet services, video conferencing, satellite/cable, security systems, and HVAC support. The contractor is also responsible for maintaining IT, AV, and telephone equipment, network administration, system upgrades, troubleshooting, and providing detailed technical documentation.
Contract Details
- Type: Firm Fixed-Price (FFP) Task Order
- Duration: A base year (May 1, 2026 - April 30, 2027) followed by four 12-month option periods, with a potential 6-month extension under FAR 52.217-8.
- NAICS Code: 541330 (Engineering Services) with a size standard of $25,500,000.00.
- Funding: Funds are not presently available for this contract (FAR clause 52.232-18).
Submission & Evaluation
- Proposals Due: April 3, 2026, 10:00 AM EST.
- Submission Method: Electronically via email.
- Evaluation: Best Value approach, conducted in two phases.
- Phase I: Facilities Clearance (evaluated as Acceptable/Unacceptable).
- Phase II: Technical Approach (Performance and Management), Past Performance, and Price.
- Weighting: Non-Price Proposals are significantly more important than Price. Within Non-Price, Technical Approach is more important than Past Performance.
- Award Criteria: Award will typically go to an offer with an "Outstanding" Technical Approach and "Substantial Confidence" Past Performance rating. If not found, an integrated best value assessment will be used. The Government may award without discussions.
- Required Forms: A revised Price Worksheet, Past Performance Information Form, and Past Performance Report Form (CPARS cannot be submitted in lieu of the PPRF).
Eligibility & Set-Aside
- Set-Aside: This is a Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15).
- Eligibility: Only Active Prime SeaPort MAC holders are eligible to submit proposals. Proposals from non-SeaPort MAC holders will not be evaluated.
Contact Information
- Primary Contact: Tierra Watson (tierra.k.watson.civ@us.navy.mil, 7574431395)
- Secondary Contact: Carlton Walton (carlton.t.walton.civ@us.navy.mil, 7574431390)