Hatchbox Insert Installations
ID: N0018925Q0089Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a sole-source contract to Marrick Corp. for the installation and welding of five storage lockers (Hatchbox “E” Inserts) into hatchboxes, along with the application of a KEFA Desiccant Coating. This procurement is critical for maintaining the operational readiness of military logistics systems, as the work involves specialized tasks that require the unique expertise and equipment that Marrick Corp. possesses, being the original equipment manufacturer for these inserts. The contract, valued at approximately $225,064, is scheduled to take place from March to September 2025, with all inquiries directed to Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil, with a secondary contact number of 757-443-1964.

    Files
    Title
    Posted
    The document outlines a sole-source justification for a contract with Marrick Corp. for specific services related to the installation and coating of storage lockers in hatchboxes, valued at approximately $225,064. Scheduled to take place from March to September 2025, the work involves applying a KEFA Desiccant Coating and certifying compliance. The justification cites that Marrick Corp. is the original equipment manufacturer (OEM) of the Hatchbox insert, which was specifically designed for the Navy and is considered intellectual property. Due to unique characteristics and expertise required for installation, no other vendors can fulfill the requirements. Marrick Corp. is the only local source with both the necessary equipment and experience to safely install the inserts, making them the sole available contractor. The document concludes with certifications from an authorized individual affirming the sole-source determination, aligning with federal acquisition regulations that restrict full competition for this specific contract.
    The document is a Request for Proposal (RFP) from the Navy Expeditionary Logistics Support Group (NAVELSG) for hatchbox insert services. The main objective is for the contractor to install and weld five storage lockers (Hatchbox “E” Inserts) into hatchboxes and to apply a KEFA Desiccant Coating both internally and externally on these boxes. The vendor must be based locally for effective transportation, as NAVELSG will manage the transportation of the hatchboxes from Williamsburg, VA to the vendor's site in Portsmouth, VA. This requirement forms part of the Navy’s efforts to maintain and improve the logistics support system for deployed gear. Key points include the specific tasks to be completed by the contractor, the responsibility of NAVELSG for transportation, the required certifications, and various applicable clauses referencing federal regulations. The contract is advertised on a sole-source basis to Marrick Corp., with price as the primary evaluation factor, showcasing the focus on streamlined procurement for necessary logistics support. This RFP demonstrates the commitment to maintaining the operational readiness of military logistics systems through the provision of critical services, highlighting the importance of complying with federal contracting regulations while promoting local businesses.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    L019 - Safe Haven lay/docking services.
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide Safe Haven lay/docking services. This procurement aims to secure services that will commence around March 17, 2026, and continue through March 17, 2031, covering a five-year ordering period, and will be solicited as a total small business set aside. These services are crucial for the operational readiness and maintenance of naval vessels, ensuring they have safe docking facilities when needed. Interested parties can reach out to Kelley Nevelsteen at kelley.j.nevelsteen.civ@us.navy.mil or Carlton Walton at carlton.walton@navy.mil for further information.
    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.
    Surface Ship Corrosion Mitigation
    Dept Of Defense
    The Department of Defense, through the Naval Supply Logistics Center Norfolk, is seeking contractor services for a Surface Ship Corrosion Mitigation Program aimed at assessing and remediating corrosion on naval vessels. The program includes twelve assessment events and training sessions for Ship's Force personnel on eight combatant ships and four amphibious ships, with the objective of conducting one assessment per ship each month. This initiative is critical for maintaining the operational integrity of naval ships and involves providing a six-month supply of corrosion inhibition materials for use by the Ship's Force as needed. Interested contractors should contact Elysia Allen at elysia.m.allen2.civ@us.navy.mil for further details, as the contract encompasses a 12-month base period with an option for an additional 12 months, and is set to take place at Naval Station Norfolk, Virginia.
    SERVMART walk-in store
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal regulations such as the Buy American Act and Trade Agreements Act. This procurement is critical for maintaining operational efficiency and cost-effectiveness for naval units, with a proposal submission deadline set for January 7, 2026, at 1:00 PM EDT. Interested vendors can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    N50054-23-P-0065 Honeycomb Material
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking procurement of honeycomb and related materials for the USS Nitze (DDG-94) under contract number N50054-23-P-0065. This procurement is essential for maintaining the operational capabilities of the vessel, as honeycomb materials are commonly used in various applications within ship and marine equipment. The place of performance for this contract will be in Norfolk, Virginia, and interested vendors can reach out to Briana Williams at briana.s.williams8.civ@us.navy.mil or Veronica Johnson at veronica.a.johnson4.civ@us.navy.mil for further details regarding the procurement process.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    USS Iwo Jima RSL Sun Shields
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Mid-Atlantic Regional Maintenance Center, is seeking repair services for the USS Iwo Jima (LHD-7), specifically targeting the SRBOC, Ready Service Lockers, and Sun Shields. The repairs are critical to maintaining the operational readiness and safety of the vessel, ensuring that it meets the necessary standards for maritime operations. The period of performance for this contract is set from March 31, 2023, to May 31, 2023. Interested contractors can reach out to Cindy T. Sampson at cindy.t.sampson.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details.
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.