The 87th Contracting Squadron (CONS) is performing market research to determine potential services in preparation for a potential future contract. This request for information does not commit the Government to pay any cost incurred in preparation of any submission to this Sources Sought Notice or to a contract for services. This is a market survey for written information only.
The intent of this sources sought synopsis is to identify businesses for a Firm-Fixed Price, Supply type contract for a Heritage Wall Timeline. In 2009, the three collocated military installations of McGuire Air Force Base, Fort Dix, and Naval Air Station Lakehurst became one installation - Joint Base McGuire-Dix-Lakehurst. Each installation has its own heritage, which is now collectively shared by the 87th Air Base Wing Historian, who serves as the Joint Base Historian. To continue the efforts of making the Joint Base truly “joint” and not “joined”, the Joint Base Heritage Program requires an area that will highlight the heritage of the Joint Base in one place to enhance the education, appreciation, and Esprit d 'Corps for those personnel who work in or visit the Joint Base headquarters. Refer to the draft SOO for details.
Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition is in the Government's best interest. The NAICS Code is 541430, PSC is 9905, and $9M employee Size Standard.
This notice does not constitute a Request for Proposal (RFP), nor does it restrict 87 CONS to an ultimate acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. A response to this Sources Sought Notice will not be considered an adequate response to any forthcoming solicitation announcement. There is no solicitation available at this time.
SUBMISSION REQUIREMENTS: Interested firms must submit a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating capability to supply the requested items. This documentation shall address, as a minimum, the following:
- Company Profile to include number of employees, office location(s), DUNS number and or Cage Code and statement identifying socio-economic category/status.
- Relevant experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC.
The Government invites input from industry related to this type of product. Recommendations for improving the PWS are welcomed. The Government WILL NOT provide a debriefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
Submissions must be received by no later than 11:00 p.m. EST on Sunday, September 14th, 2025. Submissions can be sent electronically to Capt. Jared Skipper, Contracting Specialist, Phone: (609) 754-4843, E-mail: jared.skipper.1@us.af.mil and Ms. Lizbette Zalybniuk, Contracting Officer, Phone: 609-754-4996, Email: lizbette.zalybniuk.1@us.af.mil
(DRAFT) STATEMENT OF OBJECTIVES – HISTORY TIMELINE (BLDG 3011)
I. Objective: To design, fabricate, and install a visually compelling, historically accurate, and durable timeline exhibit in Bldg 3011 (JB MDL headquarters) that documents the evolution of Joint Base McGuire-Dix-Lakehurst from its creation in 1917 to present day highlighting the 100-plus years of JB MDL history.. The timeline will serve educational, commemorative, and public engagement purposes.
II. Scope or Mission: To install a timeline of JB MDL history on a wall of the JB MDL headquarters that is approximately 18-feet in length. This history timeline will include photos and interpretations describing those photos for personnel to learn and appreciate the rich military heritage that exists at JB MDL. Reference attachment 1 below for measurements.
III. Period and Place of Performance: To be completed as soon as feasible. Work is to be accomplished at the Joint Base headquarters in Building 3011.
IV. Background: In 2009, the three collocated military installations of McGuire Air Force Base, Fort Dix, and Naval Air Station Lakehurst became one installation – Joint Base McGuire-Dix-Lakehurst. Each installation has its own heritage, which is now collectively shared by the 87th Air Base Wing Historian, who serves as the Joint Base Historian. To continue the efforts of making the Joint Base truly “joint” and not “joined”, the Joint Base Heritage Program requires an area that will highlight the heritage of the Joint Base in one place to enhance the education, appreciation, and Esprit d ’Corps for those personnel who work in or visit the Joint Base headquarters.
V. Performance Objectives:
1. Design services:
• Develop conceptual and final graphic designs.
• Incorporate photographs, illustrations, and background imagery.
2. Fabrication:
• Produce high-resolution printed panels using museum-grade materials.
• Integrate dimensional elements (e.g., replica artifacts, layered visuals).
3. Prepare the wall for installation of a museum quality history timeline. The wall is approximately 18-feet long and 7-feet 10-inches tall, see attachment 1.
4. Timeline background could be a mural of JB MDL historic photos blended and made to be transparent yet visible as a background. An alternative option is a solid color (purple) that will enhance the overall presentation of the timeline. (See attachments 2 &3)
5. The power outlet covers may be painted and replaced in order to provide a seamless transition to the timeline.
6. The room-placard in the middle of the wall in Attachment 1 may be removed.
7. Historic photos and interpretations will be provided by the 87 ABW Historian. These items will be displayed in chronological order with photos mounted in a way that provides depth to the overall presentation of the timeline. See attachments 2 &3.
VI. A electronic draft of the final display must be provided to and approved by the 87 ABW Historian before starting installation.
VII. Site Visit: A site visit will NOT be offered.
IX. Government Furnished Property (GFP) and Services: The US Government will not provide any equipment, fuel, personnel, utilities or facilities to the contractor for the execution of this contract.
X. Security and Access Requirements. Contractor shall adhere to current installation security policies. All necessary permits, passes and other security/access requirements shall be obtained prior to commencing the applicable stage of work. Coordinate access with the 87 ABW Historian.
XI. Safety Requirements. Contractor personnel shall adhere to all safety regulations within US laws. All equipment brought by the contractor shall be in good working condition. Proper safety gear must be worn at all times where applicable.
XII. General Requirements:
1. Materials for this project shall meet the mandate for Bio-preferred products located at the following two websites:
2. EPA-designated item list: https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program#products
3. USDA Bio-preferred categories: https://www.biopreferred.gov/BioPreferred/faces/catalog/Catalog.xhtml#
4. U.S. Standards. Manufacturer’s plan of installation will be submitted to the government/customer POC listed for review and approval prior to installation.
5. Material shall all be new (no refurbished items).
6. Pre-final/Final inspection will be conducted upon completion of work. The United States Government will perform the inspection within two working days after notification by the contractor.
7. The contractor shall be responsible for the protection of existing equipment, landscape, structures and surrounding facilities. Any damages shall be repaired to match conditions prior to damage at no additional cost to the government.
8. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The contract manager shall have full authority to act on behalf of the contractor on all contract matters relating to daily operations of this contract.
9. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the company name or by wearing appropriate badges which contain the contractor’s company and employee names.
10. Smoking is not allowed inside and within 50 feet of the entrance of any facility. The contractor contract manager is responsible for enforcing the smoking policy for all employees engaged in the performance of this contract work.
11. The telephone number for Security Police, Fire Protection, Emergency Medical Service and other emergencies is 911.
12. The contractor shall properly remove/dispose of all trash and equipment in accordance with local laws upon completion of work.
13. The contractor shall control the dust and flying particles generated under operations to prevent creation of a nuisance to Government personnel and operations in occupied portions of the building and surrounding area.