SPECIAL NOTICE
R -- REQUEST FOR INFORMATION - NMMC Professional Art Framing Services
- Notice Date
- 1/5/2026 8:28:49 AM
- Notice Type
- Special Notice
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- COMMANDER QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Response Due
- 1/17/2026 2:00:00 PM
- Archive Date
- 01/18/2026
- Point of Contact
- David Laster, Michael Bogatyr
- E-Mail Address
-
david.laster@usmc.mil, michael.bogatyr@usmc.mil
(david.laster@usmc.mil, michael.bogatyr@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUEST FOR INFORMATION - NMMC Professional Art Framing Services The Marine Corps Installations, National Capital Region - Regional Contracting Office (MCINCR-RCO), Marine Corps Base, Quantico, VA is seeking information on behalf of the National Museum of the Marine Corps (NMMC). CONTRACTING OFFICE ADDRESS: Marine Corps Installations � National Capital Region, Regional Contracting Office (MCINCR RCO), located on Marine Corps Base, 2010 Henderson Road, Quantico, VA. INTRODUCTION: This Request for Information (RFI) is to seek market information for planning purposes and provide industry with an opportunity to ask questions and provide recommendations regarding the required services outlined below. REQUIREMENT DESCRIPTION: The NMMC has a collection of fine art that represents over two (2) centuries of both eye-witness accounts and artistic interpretations of the visual history of the United States Marine Corps (USMC), hereafter known as the USMC. The 13,000+ piece collection includes works by nationally and internationally recognized artists. The majority of the collection includes works on paper and stretched canvas. Some works are painted on wood, metal, Masonite, and other substrates. The dimensions of the works range from 1.5� tall x 2� wide to over 5�6� tall x 10�6� wide. The paintings in the collection range in age from the mid-19th century to the present day. The Art Collection�s rationale has as its primary focus fine art that documents the creation and history of the Continental Marines and USMC and continues to grow adding several hundred works per year. As part of the curatorial efforts of the NMMC, Professional Framing Services are required on an ongoing basis. NMMC is seeking feedback on the following questions related to the potential establishment of a 5-year Firm-Fixed Price, Indefinite-Delivery, Indefinite Quantity contract for these services. Please see below for requirement details as they currently exist and questions to follow: Potential Tasks / �Draft� Performance Work Statement - Frame works on canvas - Frame works on paper, some very fragile. - Put canvas giclee prints on stretcher bars and replace removeable archival backing board for stabilization - Install �D� rings on the back of framed works at 3-3.5 inches from the top of the frame to all framed works of art. Additionally, there shall also be �D� rings with attached picture wire further down the frame to permit the work to be hung from hooks on the wall - All frames must include archival backing board - Utilize archival quality and museum grade materials - When glazing is required, glazing shall be non-reflective, UV-coated, museum Plexi; spacers may be required to be installed to protect the artwork from coming in direct contact with the glazing. - If a work is a reproduction, then glazing may be non-glare plexiglass rather than the UV-coated museum Plexiglass. - Pickup unframed works of art and deliver framed works of art to include framed prints� contractor shall prepare the artwork for safe transport to include wrapped in glassine and/or plastic, covered with corrugated cardboard and wrapped with bubble wrap to be delivered in a closed vehicle with environmental controls - All framing work shall meet the Professional Picture Framers of America (PPFA) and museum standards. INDUSTRY FEEDBACK: This is a REQUEST FOR INFORMATION (RFI) ONLY to obtain industry�s feedback on the anticipated technical specifications, potential cost and performance risks, as well as any other related considerations for the required services. In addition, please provide company capabilities statement along with feedback on the questions cited below. Please provide feedback on the following: 1.) Are you able to provide all of the products/services listed on the �Draft� Performance Work Statement? 2.) What are any key discriminators that the Government should consider as evaluation criteria? 3.) Are there any barriers to competition? 4.) Are you likely to propose on this effort? Why or Why not? 5.) Are there any areas within the Performance Work Statement that appear vague? If so, why? Please identify them and recommended remedy. 6.) Is this a product/service readily provided in the commercial environment? 7.) How would industry price for the different frame style possibilities? 8.) Can industry average out cost of Larson-Juhl or CMI frames or does it have to be by moulding choice? 9.) How would industry price for unknown painting size and frame selection? 10.) Is there a way to average the frame cost/price for years 2-5 of the contract? 11.) Can the cost of UV Plexi be averaged based on standard sizes (small, medium, large)? 12.) What would be the cost to touch up frames with minor scuffing? 13.) How would you provide samples of 8-ply and 4-ply acid-free mats for works on paper or paintings requiring mats? 14.) Should there be a separate pricing table for gallery frames (the simple �L� shaped frames that are light in color)? 15. What other NAICS code(s) and PSC would be accurate for this requirement? The Government is currently considering NAICS 561990, ""All Other Support Services"", and PSC R499 ""Support- Professional: Other"". Please indicate whether or not this is an appropriate NAICS/PSC combination, and if not, what is more appropriate. SUBMISSION DETAILS: Submissions shall reference RFI No. �M00264-26-RFI-006 Professional Art Framing Services for the National Museum of the Marine Corps� in the subject line. Interested vendors who wish to respond to this RFI should send responses no later than 5:00 PM Eastern Standard Time (EST) on 16 JANUARY 2026, via email to the following email address: david.laster@usmc.mil (Contract Specialist) michael.bogatyr@usmc.mil (Contracting Officer) Interested vendors should respond to the Capabilities Statement cited under the �INDUSTRY FEEDBACK� section of this document. Request responses shall be provided in no more than 2 pages. Questions and comments regarding this requirement will be accepted, reviewed and answered if the Government determines responses are warranted. The Government will not consider any vendor email that is incomplete or is not addressing this RFI's questions. The Government reserves the right to determine if a response addresses this RFI, is not complete, and/or to not review a response without any further communication with the vendor supplying the information. Submissions must include: Capabilities Statement in response to the �Industry Feedback� section of this RFI; Business name and address; Name of company representative and their business title; Type of Business including but not limited to any relevant SBA-Certified socioeconomic status; Cage Code and UEI; and Contract vehicles that would be available to the Government for the procurement of the service, to include General Service Administration (GSA), Federal Supply Schedules (FSS), NASA SEWP or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) PROPRIETARY INFORMATION: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government personnel reviewing RFI responses understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. PREVIOUS CONTRACT INFORMATION: M0026425P0100; Firm-Fixed-Price Purchase Order, Awarded 17 Sep 2025 in the amount of $15,340.00. M0026423P0079; Firm-Fixed-Price Purchase Order, Awarded 07 Jul 2023 in the amount of $5,977.00. M0026420P0185; Firm-Fixed-Price Purchase Order with 4 one-year option periods, Awarded 25 Sep 2020 in the amount of $192,000.00. (END)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9b4739a7669e4eb7afc7e2a8edb48872/view)
- Place of Performance
- Address: Triangle, VA 22172, USA
- Zip Code: 22172
- Country: USA
- Zip Code: 22172
- Record
- SN07677198-F 20260107/260105230026 (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 |