Shipboard Lavatory Countertops
ID: N0018925Q0107Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Sheet Metal Work Manufacturing (332322)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, is seeking proposals for the supply of lavatory countertops as part of a firm-fixed-price Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to enhance shipboard habitability by providing high-quality lavatory units, adhering to military specifications and rigorous inspection protocols to ensure compliance and aesthetic quality. Interested small businesses are encouraged to participate, with a total ordering period extending from July 7, 2025, to July 6, 2030, and the solicitation number N0018925Q0107. Questions regarding the solicitation must be submitted by March 25, 2025, to the designated contacts, Joseph Frech and Jill Joscelyn, via their provided email addresses.

    Files
    Title
    Posted
    The document outlines various clauses incorporated by reference or full text for government solicitations, specifically for federal contracts, grants, and awards. It includes regulations addressing gratuities, limitations on payments for influencing federal transactions, and requirements for the System for Award Management. Key topics include compliance with telecommunications equipment regulations, contract terms, and conditions, as well as obligations regarding responsible contracting practices. The file also delineates obligations regarding small businesses, ethical practices, reporting requirements, and certifications involving restricted operations. It emphasizes the importance of adhering to regulations such as the Buy American Act and the prohibition on contracting with entities involved in certain activities with foreign nations. This structured approach ensures that offerors understand the legal context and compliance standards necessary for successful bidding on government contracts while fostering a transparent procurement process. The extensive focus on compliance, ethics, and socio-economic objectives demonstrates the government's commitment to responsible contracting practices.
    The Lavatory Units IDIQ Statement of Work (SOW) outlines a contract for providing Countertop Lavatory Units and related materials to support the Shipboard Habitability Improvement Program managed by the Mid-Atlantic Regional Maintenance Center (MARMC). The contract emphasizes that it does not grant exclusive supply rights and outlines applicable specifications and standards, along with requirements for manufacturing, inspections, and approvals needed for compliance with military specifications. Key requirements include maintaining adequate stock materials, adhering to explicit manufacturing details from government drawings, and ensuring aesthetic quality in products. The document establishes rigorous inspection protocols at the contractor's origin and the destination, emphasizing that all delivered items must meet specific criteria and packaging standards. It details delivery schedules based on ordered quantities and provides information on how vendors should request shipping arrangements. The summary emphasizes the contract's aim to enhance naval ship habitability through precise manufacturing processes and quality control measures while adhering to federal regulations. This initiative illustrates the government's commitment to maintaining safety, functionality, and quality in naval environments.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    45--COMMODE (HABITABILITY)
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVSUP FLT LOG CTR PUGET SOUND is seeking to procure COMMODE. The COMMODE is intended for shipboard use and only authorized habitability material will be accepted. This acquisition is set aside for small businesses. Interested parties must express their interest and capability to respond to the requirement or submit proposals before the offer due date. The contract will be awarded as a Firm-Fixed Price, Supply type contract in accordance with FAR parts 12 and 13.5. The solicitation is expected to be posted on the NECO website on or about November 23, 2016, with proposals due by November 30, 2016. All responsible sources may submit a proposal. Prospective offerors are responsible for downloading the solicitation and monitoring the NECO website for any amendments. Electronic submission of proposals/quotes is not available at this time, but emailed completed solicitations are acceptable.
    Shipboard Ventilation
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide shipboard ventilation systems under a Total Small Business Set-Aside contract. The procurement involves a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for ventilation supplies, with a five-year ordering period from September 1, 2025, to August 31, 2030, focusing on materials that meet military and industry standards for shipboard habitability. This opportunity is critical for enhancing the living conditions aboard naval vessels, ensuring compliance with stringent quality and inspection protocols. Interested vendors must submit their quotes by the specified deadline and can direct inquiries to Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or Joseph Frech at joseph.frech@navy.mil.
    NAVIFOR N4 Directorate Program’s Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the NAVIFOR N4 Directorate Program’s Support Services, which will be awarded as a firm-fixed price indefinite-delivery, indefinite-quantity (FFP IDIQ) contract. This procurement aims to support various Navy Information Warfare capabilities, including Collaboration at Sea (CAS) and the Combined Enterprise Regional Information Exchange System-Maritime (CENTRIXS-M), ensuring seamless integration and compliance with security standards. The anticipated contract will span five years, with a potential extension of six months, and is set to be solicited as a 100% small business set-aside, with the solicitation expected to be available around March 19, 2025. Interested parties should direct inquiries to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.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.
    TILE,BLANK,24X36
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 6,000 units of TILE, BLANK, 24X36, under a firm fixed-price contract. This procurement is critical for shipbuilding and repair operations, as the tiles are essential components used in various naval applications, ensuring operational readiness and safety. Interested contractors must comply with specific quality assurance and inspection requirements, including First Article Testing and certification of conformance, and should direct inquiries to Vincent Molesky at vincent.molesky@navy.mil or by phone at 717-605-3353. The solicitation emphasizes the urgency of the requirement, indicating that it is sole sourced to Marine Polymers Inc., and all proposals must be submitted electronically by the specified deadline.
    20--COVER ASSY, LOT LWR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Cover Assembly, Lot Lower (COVER ASSY, LOT LWR) through NAVSUP Weapon Systems Support Mechanicsburg. This contract involves the supply of specialized materials that are critical for shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of the ship. The materials must meet stringent quality and certification requirements, including compliance with various military specifications and standards, and are designated as Special Emphasis material, necessitating special control procedures. Interested vendors should contact Noelle M. Smith at 717-605-3992 or via email at NOELLE.M.SMITH10.CIV@US.NAVY.MIL, with proposals due by 4:30 PM EST on March 28, 2025.
    NAWCAD Lakehurst Building 562 Room 230 Work Area Build v3
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking proposals from qualified small businesses for the procurement, assembly, and installation of office furniture in Building 562, Room 230 at Joint Base McGuire-Dix-Lakehurst, New Jersey. The project requires a variety of furnishings, including private office suites and collaborative workspaces, to be completed within a 90-day performance period following contract award, adhering to specific installation and safety standards outlined in the Statement of Work. This procurement is critical for enhancing workplace infrastructure and ensuring compliance with federal regulations, with proposals evaluated based on price, technical capability, and past performance. Interested vendors must submit their proposals by the specified deadline and may confirm attendance for a site visit scheduled for March 6, 2025, by contacting Mark Schnittman at mark.a.schnittman.civ@us.navy.mil.
    Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) aimed at outsourcing work from the Chief of Naval Operations (CNO) for the maintenance and modernization of fast attack submarines. This contract will support the Navy's four public shipyards by encompassing a range of production and engineering services, including preservation, structural testing, electrical services, and component repair, with work performed under delivery orders over a five-year base period and three additional option years. The procurement is categorized into two tiers: Critical (Lot 1) requirements, which involve critical systems and necessitate specialized contractor capabilities, and Non-Critical (Lot 2) requirements, which are set aside for small businesses and involve less complex systems. Interested contractors can reach out to Angel Jaeger at angel.jaeger.civ@us.navy.mil or Jennifer Kramer at jennifer.l.kramer26.civ@us.navy.mil for further details.
    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.