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 / NAVSUP FLT LOG CTR NORFOLK is soliciting proposals for Admiral Gooding Center Technical and Event Administration Support Services in support of Naval Support Activity Washington (NSAW). This opportunity is a Women-Owned Small Business (WOSB) Program Set-Aside and is exclusively open to Active Prime SeaPort MAC holders. Proposals from non-SeaPort MAC holders will not be evaluated. The contract aims to ensure continuous operations and full functionality of the Admiral Gooding Center (AGC), a facility providing professional event support and technology services for the U.S. Navy. 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. Key requirements include: event support, interchangeable workspace management, audio-video (AV) services, telecommunications, network administration, facility support, and logistics. Work will be performed on-site by full-time contractor staff. Critical aspects involve adhering to cyber and physical security policies, including Risk Management Framework (RMF) and continuous monitoring to achieve Authority to Operate (ATO) for the AGC's AV network. Support for events of various sizes (up to 275 attendees) and types, including classified and off-site events, is required. Technical support encompasses AV equipment setup and operation, digital video recording, photography, government telephone systems, internet, video conferencing, satellite/cable, security systems, and HVAC support. Maintenance and operation of IT, AV, and telephone equipment, network administration, system upgrades, and troubleshooting are also part of the scope. Detailed technical documentation, SOPs, and reports are expected.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: A Base Year (May 1, 2026 - April 30, 2027) plus four 1-year option periods, with a potential 6-month extension (FAR 52.217-8) through October 31, 2031.
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Response Date: April 3, 2026, 10:00 AM EST
- Published Date: March 11, 2026
- Place of Performance: Washington, DC
Evaluation
Proposals will be evaluated in two phases. Phase I assesses Facilities Clearance on an Acceptable/Unacceptable basis. Phase II evaluates Technical Approach (Performance and Management), Past Performance, and Price. Non-price factors are significantly more important than price, with Technical Approach being more important than Past Performance. The Government reserves the right to award without discussions. Offerors must submit proposals electronically.
Eligibility
This solicitation is only eligible to Active Prime SeaPort MAC holders. Proposals from non-SeaPort MAC holders will not be evaluated.
Additional Notes
Attachments include a Draft DD254, Admiral Gooding Center Wage Determination, Past Performance Information Form, Past Performance Report Form, and a Price Worksheet. Funds are not presently available for this contract (FAR clause 52.232-18).