This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 88310325Q00059 and is issued as a Request for Quotation (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 effective January 17, 2025. This is a full and open RFQ under NAICS code 488991, Packing and Crating. CONTRACT LINE ITEM NUMBER(S): See Enclosure 1, Schedule of Prices. REQUIREMENT: The National Archives and Records Administration (NARA) has a requirement for specialized fine arts handling, packing, palletizing, transportation, unpacking and storage installation of three-dimensional artifacts and handling, packing and transport of associated museum furniture and equipment of President Barack H. Obama’s Presidential Holdings. See Enclosure 2, Performance Work Statement. PERIOD OF PERFORMANCE: June 30, 2025 through September 18, 2025. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant purchase order. FAR provisions will be removed prior to the award. FAR provision 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023). Addenda: (1) Change paragraph (c) to read: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (2) Delete paragraph (h), Multiple Awards. - see below for additional quotation submission instructions. EVALUATION (In lieu of FAR provision 52.212-2): Evaluation and award will be in accordance with Simplified Acquisition Procedures at FAR 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. Selection of the Contractor for award of this purchase order will be based on NARA’s assessment of the best overall value to the Government. Accordingly, best value for this purchase order will be evaluated based on a Lowest Price Technically Acceptable evaluation. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor’s quotation entitled “Exceptions”. The Contractor must also include a justification and the cost impact of each exception noted. However, Exceptions may render the quotation unacceptable for award. The Government reserves the right to make an award on the initial quotation without communicating with contractors. For evaluation purposes, the total price for each fixed-price CLIN will be determined by multiplying the quantity by the fixed unit price. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services (May 2024) - The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. FAR clause 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2023) – see Enclosure 6, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (Jan 2025) - see Enclosure 9, FAR Clauses for the full text of this clause and for additional applicable FAR clauses. The Contractor is required to be registered in the System for Award Management (SAM) and maintain registration until final payment in accordance with FAR provision 52.204-7, System for Award Management (Nov 2024). Full text provisions and clauses can be found at http://www.acquisition.gov. QUESTIONS: Questions regarding this RFQ must be submitted in writing to the Contract Specialist, Sheila Drumheller Contract Officer at sheila.drumheller@nara.gov no later than 12:00 PM ET on June 12, 2025 to be considered. Questions submitted in any other manner will not be answered. Contractors are requested to group and submit questions in the same order found in the RFQ while making reference to the particular paragraph number. The Government will answer questions or requests for clarification via a written RFQ amendment. QUOTATION DUE DATE: Quotations must be received by 12:00 PM ET on June 23, 2025. Failure to submit quotations by the due date and time may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. QUOTATION SUBMISSION INSTRUCTIONS: NARA requests that contractor’s email one (1) copy of the quotation to: sheila.drumheller@nara.gov. Contractors must also submit, with its quotation, representations required by FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, FAR provision 52.204-26, Covered Telecommunications Equipment or Services-Representation, or FAR provision 52.212-3(v), Covered Telecommunications Equipment or Services-Representation. Please indicate in the quotation if the representations are complete in the contractor’s SAM profile.
To aid you in your planning and quotation development, the following information is provided as attachments to this Request for Quotation:
Enclosure 1: Schedule of Prices
Enclosure 2: Performance Work Statement (PWS)
Enclosure 3 – Quality Assurance Surveillance Plan (QASP)
Enclosure 4 – Performance Requirements Summary (PRS)
Enclosure 5 – Task Order Administration
Enclosure 6: – Additional Terms and Conditions - Addenda to FAR Clause 52.212-4
Enclosure 7: – Quotation Submission Instructions and Evaluation Criteria
Enclosure 8: – Site Visit
Enclosure 9: – FAR 52.212-5 Clauses
Attachment 1: Definitions
Attachment 2: Floor Plans Hoffman Estates NARA Origin Location
Attachment 2a: Photos Hoffman Estates facility
Attachment 2b: Photos Hoffman Estates loading dock
Attachment 2c: Photos Hoffman Estates shelving, containers and pre-prepared items to be moved
Attachment 3: Floor Plans NARA College Park Storage area
Attachment 4: NARA carts, dollies, and pallet jacks
Attachment 5: Artifacts Needing Packing or Other Preparation
Attachment 6: NARA furniture, equipment, and supplies to be moved
Attachment 7: NARA Food, Drink, and Tabacco Policies
Attachment 8: Non-Disclosure Form (NDA)
An in person site visit (Enclosure 8) has been scheduled for Hoffman Estates on June 10, 2025 at 11:00 AM CST and a site visit at Archives II in College Park, MD on June 11, 2025 at 9:00 AM EST. Contractors planning to attend the in person site visit must furnish the name and title of its representative to Sheila Drumheller (Sheila.drumheller@nara.gov) at least one (1) day prior to the site visit. Contractors are limited to a maximum of two (2) representatives.
Contractors are reminded that questions will not be answered during the in person site visit. However, you can forward all written questions to Sheila Drumheller via email sheila.drumheller@nara.gov and an amendment will be issued to address each question.
Contractor questions regarding this RFQ and any terms and conditions must be submitted in writing to Sheila Drumheller no later than 12:00 PM ET on June 12, 2025. Contractors are requested to group and submit their questions in the same order found in the RFQ while making reference to the particular paragraph number. Contractors are reminded that each question will be addressed through an amendment. If you do not wish to submit a quotation for this effort, you are requested to notify Sheila Drumheller as soon as possible with a reason for the decision to forgo competing for this effort.