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 proposals for a firm fixed price contract focused on hatch installation support services at the Cold Iron Trainer of the Surface Warfare Engineering School Command in Great Lakes, Illinois. The project entails the replacement and installation of hatches, requiring compliance with safety standards, including cutting and welding of steel plates, while ensuring minimal disruption to training operations. This initiative is critical for maintaining a safe and functional training environment, emphasizing adherence to OSHA and NAVOSH safety protocols, and the involvement of local support contractors through the AbilityOne Program. Interested small businesses must submit their quotes and supporting documentation to Tierra Watson at tierra.k.watson.civ@us.navy.mil by March 17, 2025, at 12:00 PM, following the amendment to the original solicitation.

    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.
    The document is an amendment to a federal solicitation/contract, specifically Amendment 0001 to solicitation number N0018925Q0112. The primary purpose is to extend the submission deadline for proposals from February 18, 2025, to March 17, 2025, at 12:00 PM. This amendment also addresses queries received about the solicitation. All other terms and conditions of the original document remain unchanged. Submission of acknowledgment for this amendment is mandatory, and failure to do so may result in rejection of offers. The amendment is issued by the NAVSUP FLC Norfolk Contracting Office and must be completed by the contractor as per the indicated instructions. This document plays a crucial role in maintaining transparency in the government procurement process and ensuring adequate time for potential bidders to prepare their responses to the solicitation.
    The document addresses a new requirement related to the replacement of hatches in a facility, specifying that the diamond plate will remain intact while new square hatches will be welded to it. Important technical details include the structure’s power supply of 110 and 220 volts, with a nearby 220 power source located 20 feet away. Open-flame work is permissible with a Hot Work permit from NAVFAC and the Fire Department. Photos provided illustrate the hatch area, featuring a grated floor and enclosed compartments made of white cinder blocks. The renovation involves cutting the existing diamond plate for the new hatches while ensuring the integrity of the remaining structure. The document serves as a clarification of technical requirements, supporting logistics, and safety measures for contractors involved in the project, reflecting typical queries encountered in government RFP processes.
    Lifecycle
    Title
    Type
    J069 - SWSC Hatch Install
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    HATCH, MARINE
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Weapons Systems Support (NAVSUP WSS), is seeking qualified sources to provide labor, materials, and facilities for the repair of a marine hatch, specifically NSN: 7HH 2040 013455961. This sources sought notice aims to identify responsible sources capable of fulfilling the repair requirements, with a focus on a limited number of suppliers, including Lockheed Martin Corp, BAE Systems Norfolk Ship Repair, United Precision Corp, and General Dynamics Information Technology. The repair of marine hardware is critical for maintaining operational readiness and safety within naval operations. Interested parties are encouraged to submit their capability statements within 15 days of the notice publication, and inquiries should be directed to Kelsey Gring at Kelsey.Gring@navy.mil or by phone at 717-605-1089.
    Manufacture Submarine Hatch Environmental Protection Enclosures
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of submarine hatch environmental protection enclosures, including Logistics Escape Trunk (LET) and Logistics Plug Trunk (LPT) dog shack hatch covers. The procurement requires adherence to specific design specifications, including the use of grey Sunbrella material, double-stitched seams, and unique identification for produced items, ensuring durability and functionality for naval operations. This initiative underscores the importance of quality materials and construction standards in supporting military readiness. Interested small businesses must submit their proposals by March 28, 2025, at 8:00 AM, and can direct inquiries to Kyle Berg at kyle.r.berg3.civ@us.navy.mil or Stephanie Neale at stephanie.l.neale.civ@us.navy.mil.
    USCG SFLC Watertight Door & Hatch
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of a watertight door and hatch, essential components for maritime operations. The solicitation, numbered 2125405Y152138384, outlines specific requirements for two items: a watertight door measuring 30" x 66" and a hatch measuring 30" x 30", both of which must comply with NAVSEA standards and be delivered by April 1, 2025. This procurement is critical for maintaining the operational integrity of Coast Guard vessels, ensuring they meet safety and performance standards. Interested vendors must be registered with SAM.Gov and are encouraged to submit their quotations to the primary contact, Jermond M. Williamson, by the specified deadline, with payment terms set at NET 30.
    Touch Labor Shipfitter
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for touch labor shipfitting services at the Portsmouth Naval Shipyard. This procurement is set aside for small businesses and aims to secure skilled labor for shipbuilding and repair, which is critical for maintaining naval capabilities. Interested contractors must submit their proposals through the PIEE Solicitation Module by the deadline of March 20, 2025, at 5:00 AM EST, and are encouraged to contact Gary Murdock at gary.w.murdock.civ@us.navy.mil or 207-438-3091 for further details. Proposals must include resumes demonstrating relevant experience and past performance references, as outlined in the solicitation amendments.
    Warping Capstan #5 Torsion & Rated Load Testing
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified small businesses to provide services for the torsion and rated load testing of the No. 5 Warping Capstan. Contractors will be required to furnish all necessary materials and equipment, perform tests according to specified technical requirements, and submit detailed reports of the results. This testing is crucial for ensuring the operational integrity and safety of naval equipment, reflecting the high standards expected in government contracts. Quotes must be submitted in two volumes—technical specifications and pricing—by March 26, 2025, with the anticipated period of performance from September 15 to November 15, 2025. Interested parties should contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil for further information.
    Warping Capstan #2 Torsion & Rated Load Testing
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking a contractor to provide torsion and rated load testing services for the No. 2 Warping Capstan. The procurement requires the contractor to supply all necessary materials and equipment to complete the testing, which is critical for ensuring the operational readiness and safety of naval equipment. The anticipated period of performance for this contract is from September 15, 2025, to November 15, 2025, with proposals due by 12:00 PM on March 26, 2025. Interested vendors must register in the System for Award Management (SAM) and adhere to strict safety and security protocols, with evaluation criteria focusing on technical specifications and delivery schedules. For further inquiries, potential bidders can contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    Shipboard Recreational Furniture
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide shipboard recreational furniture under a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to support the U.S. Navy's Shipboard Habitability Improvement Program by supplying various types of recreational furniture that meet specific military and commercial specifications, including fire performance standards and quality management protocols. This initiative is crucial for enhancing the living conditions aboard naval vessels, ensuring that personnel have access to appropriate recreational facilities. Interested vendors must submit their quotes by the specified deadline and can direct inquiries to Robert Seth Harrell at robert.s.harrell15.civ@us.navy.mil or Joseph Frech at joseph.l.frech.civ@us.navy.mil, with questions due by 0900 EST on March 25, 2025.
    Mooring Capstan 2 Testing
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking a contractor to provide all necessary materials and equipment for the Static Bitt, Torsion, and Rated Load Testing of Mooring Capstan No. 2. This procurement is set aside for small businesses and aims to ensure compliance with safety regulations and testing protocols, emphasizing the importance of technical and operational integrity in the testing process. The anticipated period of performance for this contract is from September 15, 2025, to November 15, 2025, with proposals due by March 27, 2025, at 12 PM EST. Interested vendors should direct inquiries to Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    J019 - SMALL CRAFT MAINTENANCE AND UPGRADE SUPPORT SERVICES
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is soliciting proposals for Small Craft Maintenance and Upgrade Support Services. The contract will encompass maintenance, repair, and upgrades for various small vessels utilized by the Naval Oceanographic Office (NAVOCEANO), including Hydrographic Survey Launches and other specialized boats, ensuring they meet operational and safety standards. This initiative is crucial for maintaining the effectiveness of marine surveying and training operations, reflecting the government's commitment to enhancing its maritime capabilities. Interested small businesses must submit their proposals by April 10, 2025, and can contact Joseph Caltagirone at joseph.caltagirone@navy.mil for further information.
    20--HATCH,RESTRAINT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of HATCH, RESTRIANTS, specifically NSN 2040013050618, with a requirement for 7 units to be delivered to DLA Distribution. This solicitation is part of a combined synopsis/solicitation and is classified under the Hardware Manufacturing industry (NAICS 332510) and Ship and Marine Equipment (PSC 20), indicating its relevance to military and maritime operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.