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 durable and compliant lavatory units, which are essential for maintaining sanitary conditions on naval vessels. The contract will cover a five-year ordering period, with specific requirements for manufacturing, inspections, and adherence to military specifications outlined in the Statement of Work. Interested small businesses must submit their quotes by the specified deadline, and inquiries can be directed to Joseph Frech at joseph.l.frech.civ@us.navy.mil or Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil.

    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 document outlines a Request for Proposal (RFP) for various lavatory units and associated components, detailing specifications needed for both single and multiple sink configurations constructed from Type 304L stainless steel. It specifies the dimensions, material requirements, and notable design elements for items such as lavatory units, faucets, towel bars, and shelves, referencing specific drawings and revisions for precise manufacturing guidance. Moreover, it includes quantities for each item across multiple ordering periods, with unit pricing set at zero, indicating that this document may pertain to a further contract negotiation or proposal phase. The outlined lavatory units and parts must meet certain quality standards, reflecting the government's intention to ensure both functionality and durability in public facilities. The RFP serves as guidance for potential bidders to understand the requirements for providing essential sanitary fixtures, aligning with regulatory compliance and operational efficacy in public spaces.
    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
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    20--TILE 24 X24 INCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 2,000 units of 24 x 24 inch tiles, identified by NSN 2090 016160268 ST. The procurement requires engineering source approval to ensure the quality of the part, necessitating that all suppliers demonstrate existing unique design capabilities and manufacturing knowledge. These tiles are critical components for naval applications, and the contract will be awarded on a firm-fixed-price basis, with a due date for offers set for December 31, 2025. Interested vendors must submit their quotes via email to Alison Bruker at alison.n.bruker.civ@us.navy.mil, and must possess a valid U.S. security clearance due to the classified nature of the associated documents.
    20--TILE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of TILE, with a focus on item unique identification and valuation. The contract requires the manufacture and quality assurance of DURA 1 tiles, which are critical components used in naval applications, necessitating compliance with stringent military specifications and quality standards. The procurement includes a first article approval process and production lot testing, with a delivery timeline of 150 days after contract award. Interested vendors should contact Alison Bruker at 717-605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL, with proposals due by December 19, 2025.
    20--TILE,BLANK,24X36
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 7,500 units of TILE, BLANK, 24X36, under solicitation N00104-25-R-XXXX. This contract requires the contractor to manufacture and deliver tiles that meet specific design and quality standards, including compliance with MIL-I-45208 and the provision of a Certificate of Conformance for each item. The tiles are critical components used in naval applications, emphasizing the importance of quality and adherence to military specifications. Interested contractors must have a valid U.S. security clearance and are required to submit their proposals by the revised deadline of November 7, 2025. For further inquiries, potential bidders can contact Alison Bruker at 717-605-6447 or via email at alison.n.bruker.civ@us.navy.mil.
    Messing & Berthing Barges IDIQ: Justification for an Excemption to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract related to Messing and Berthing Barges. The procurement involves a range of services including cleaning and sanitizing, testing and inspections, replacing permanent filters, habitability repairs, decking repairs, and extensive interior preservation covering 215,000 square feet. These services are crucial for maintaining the operational readiness and safety of naval vessels. Interested parties can reach out to Warren D. Howell at warren.d.howell@navy.mil or call 757-771-5058 for further details regarding this opportunity.
    20--TILE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of TILE, identified by National Stock Number (NSN) 1HM 2090 015856243 ST, with a total quantity of 1,417 units. This procurement is critical for the maintenance and operational readiness of naval vessels, as the TILE is a component used in shipbuilding and repair, falling under the NAICS code 336611. Proposals must be submitted by December 22, 2025, and interested contractors are required to have a valid U.S. Security Clearance of CONFIDENTIAL or higher to access the classified annex associated with this solicitation. For further inquiries, potential bidders can contact Vincent Molesky at vincent.e.molesky.civ@us.navy.mil or by telephone at 717-605-3353.
    20--TILE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of tiles under the solicitation titled "20--TILE." The contract involves the manufacture and supply of two line items, each requiring a quantity of 2,100 tiles, which are part of the Special Hull Treatment (SHT) Program. These tiles are critical for the maintenance and operational integrity of naval vessels, emphasizing the importance of quality and compliance with stringent military specifications. Interested contractors must submit their proposals by February 13, 2026, and can direct inquiries to Vincent Molesky at vincent.e.molesky.civ@us.navy.mil or by phone at 717-605-3353.
    VENT-DRAIN ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Vent-Drain Assembly, classified under the NAICS code 332913 for Plumbing Fixture Fitting and Trim Manufacturing. This assembly is critical for shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The contract will require compliance with stringent quality assurance and inspection standards, with a delivery timeline of 365 days post-award. Interested vendors should reach out to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details and to ensure their proposals are submitted by the specified deadline.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    Windows and Heat Controllers
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of marine windows and heat controllers, specifically part numbers KC-LPD-017-03 and KC-LPD-017-HC. This procurement is a sole-source, firm-fixed-price contract, emphasizing the importance of these components for naval operations and ensuring compliance with federal regulations. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by December 15, 2025, at 10:00 AM, with a delivery date set for April 6, 2026. For further inquiries, offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.