J069 - SWSC Hatch Install
ID: N0018925Q0112Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS (J056)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Supply Logistics Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for the installation of hatches at the Cold Iron Trainer of the Surface Warfare Engineering School Command in Great Lakes, Illinois. The procurement involves a firm fixed price contract that is 100% set aside for small businesses, focusing on the replacement and installation of hatches while ensuring compliance with safety standards, including OSHA and NAVOSH protocols. This initiative is critical for maintaining a safe and functional training environment, as it addresses deficiencies in existing hatch structures and aims to enhance overall operational safety. Interested parties are encouraged to submit their quotes and supporting documentation to Tierra Watson at tierra.k.watson.civ@us.navy.mil by the specified closing date, with further details available in the enclosed solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses the need for addressing deficiencies in existing hatches and outlines plans for the installation of replacement hatches. The primary emphasis is on the evaluation and correction of "Deficient Scuttle" structures while planning the introduction of "Correct Hatch" versions. This task may involve assessing the current conditions, identifying specific deficiencies that necessitate replacement, and ensuring that the new hatches meet regulatory and safety standards. The initiative aims to enhance functionality and safety in the respective infrastructure, guiding further development and compliance within the public sector. The document serves to inform stakeholders about the necessary upgrades and potential impacts of these improvements within government facilities and operations.
    The document describes a Request for Proposal (RFP) for the replacement and installation of hatches at the Cold Iron Trainer of the Surface Warfare Engineering School Command in Great Lakes, Illinois. The installation requirements are specified in detail, emphasizing the need for compliance with safety standards, including the cutting and welding of steel plates for new hatches, which must meet designated dimensions for safety clearance. The contractor is responsible for executing all work without disruption to training, coordinating closely with government representatives during inspections. Key aspects include adherence to OSHA and NAVOSH safety protocols, a requirement for a Hot Work permit, and submission of personnel access lists to government officials. The document also outlines contractor obligations regarding quality assurance, reporting any safety incidents, and ensuring all personnel receive necessary training for access to federal facilities. Participation by local support contractors via the AbilityOne Program is highlighted, emphasizing the importance of security and background check requirements for contractors and their employees. All contractors must comply with Federal security standards and submit necessary investigation forms for personnel involved in sensitive duties. The RFP aims at ensuring a safe and functional environment for training operations through proper contractor performance and regulatory compliance.
    Lifecycle
    Title
    Type
    J069 - SWSC Hatch Install
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Watertight Hatch and Door
    Buyer not available
    The Department of Defense, specifically the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide Watertight Hatches and Doors as outlined in the attached Statement of Work (SOW). The procurement is a Total Small Business Set-Aside, and all parts must be new, as refurbished or used items will not be accepted. These components are critical for maintaining the integrity and safety of naval vessels, ensuring they remain watertight during operations. Interested vendors should submit their responses to the solicitation identified by RFQ number N5005425Q0226, and may contact Erin Behrns at erin.m.behrns.civ@us.navy.mil or 757-762-3346 for further information.
    20--HATCH,MARINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of marine hatches, specifically NSN 2040013545926, under a total small business set-aside. The requirement includes the delivery of two units to DLA Distribution within 120 days after order, with the approved source being 70876 8100-1252-0235 ASSY 209. These marine hatches are critical components used in various naval applications, emphasizing the importance of reliable supply chains for military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    Watertight Hatch
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to fabricate and deliver a specialized raised watertight hatch for the USCGC James as part of its preservation and maintenance program. The hatch must meet specific requirements, including a clear opening of 60” x 60”, a finished coaming height of 12”, and be constructed from steel with a coaming thickness of 3/8”. This procurement is crucial for maintaining the operational readiness of the Coast Guard fleet and ensuring compliance with safety standards for maritime operations. Interested parties should direct inquiries to Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or by phone at 510-437-5429, with a requested delivery date set for May 19, 2025.
    LOCKERS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting quotations for the procurement of lockers and related habitability items intended for use at SRF Yokosuka, Japan. This procurement is structured as a firm-fixed-price contract, requiring compliance with specific technical requirements established by NAVSEA, including the submission of Habitability Certificates and Objective Evidence of Fire Tests. The lockers are essential for enhancing shipboard living conditions, and the solicitation mandates a single award approach, emphasizing the need for bidders to quote for the entire scope of supplies outlined. Interested parties should direct inquiries to Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil, and must adhere to the submission deadlines specified in the attached solicitation document posted on January 28, 2025.
    25--DOOR,HATCH,VEHICLE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicle hatch doors, specifically NSN 2510015838987. The solicitation includes a requirement for five units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000, with an estimated four orders per year. These components are critical for military armored vehicles and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    STRUCTURAL CLOSURE FOR CGC HICKORY
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the procurement of a structural closure for the CGC Hickory. This opportunity is set aside for small businesses and falls under the NAICS code 332321, which pertains to Metal Window and Door Manufacturing, indicating a focus on specialized marine hardware and hull items. The successful contractor will be responsible for providing essential components that ensure the operational integrity of the vessel, which is critical for the Coast Guard's mission in maintaining maritime safety and security. Interested parties should reach out to Shellby Hammond at Shellby.M.Hammond@uscg.mil or 410-762-6317, or Shannon Carter at shannon.r.carter@uscg.mil or 410-762-6503 for further details regarding the solicitation process.
    Vertical Launching System (VLS)-Deck and Hatch Assembly (Assy)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is seeking proposals for the manufacturing, testing, and delivery of the Deck and Hatch Assembly for the MK 41 Vertical Launching System (VLS). This assembly is crucial for overseeing missile hatches, cooling systems, and structural alignment, which are essential for the operational efficacy of the VLS. The contractor will be responsible for ensuring compliance with technical specifications, conducting First Article Inspections, and facilitating government audits throughout the manufacturing process, while adhering to military and industry standards. Interested parties should contact Jerome Pita at jerome.r.pita1@navy.mil or Nayneet Kaur at nayneet.kaur.civ@us.navy.mil for further information regarding this opportunity.
    Lavish Sea Valves for the USNS SUPPLY
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotations for the procurement of Lavish Sea Valves for the USNS SUPPLY, with a focus on stainless steel globe and gate valves. The primary objective is to replace existing corroded sea valves while the ship is in dry dock, ensuring compliance with safety and environmental standards, with a delivery deadline set for September 30, 2025. This acquisition is critical for maintaining ship safety and aligns with the MSC's standardization initiative, as the proprietary rights held by Ladish Valves necessitate a sole-source procurement approach. Interested vendors must submit their quotes by February 12, 2025, and can direct inquiries to Grant Sivertson at grant.t.sivertson.civ@us.navy.mil or by phone at 757-443-0927.
    Vertical Transportation Equipment (VTE) Maintenance Services for Naval Station Great Lakes, IL
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Vertical Transportation Equipment (VTE) maintenance services at Naval Station Great Lakes, Illinois. The anticipated contract will be a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, lasting up to 60 months, and requires contractors to deliver all necessary labor, management, supervision, tools, materials, and equipment for VTE maintenance, including diagnostic, troubleshooting, repair, and minor construction services. Interested parties must submit a capabilities package demonstrating relevant experience and qualifications, with a minimum yearly contract value of $250,000 for similar services, by 2:00 PM Eastern Standard Time on February 7, 2025. For further inquiries, contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or by phone at 757-341-1226.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.