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
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 9:00 PM UTC
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
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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
MAJOR OVERHAUL KIT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Puget Sound, is seeking to procure a Major Overhaul Kit specifically designed for the CVN 68 Class MX9 Shaft Seal, with the procurement being a sole source to Defense Maritime Solutions, Inc. This solicitation, issued as a Combined Synopsis/Solicitation, aims to enhance the operational capabilities of the U.S. Navy by ensuring that the required equipment meets stringent federal standards and specifications. Interested vendors must comply with various requirements, including cybersecurity measures under DFARS clauses, and are responsible for submitting their quotes by April 14, 2025, with expected delivery within 22 weeks post-award. For further inquiries, potential offerors can contact Naomi Larson at naomi.larson@dla.mil or by phone at 360-813-9244.
USNS MATTHEW PERRY (T-AKE 9) lay berth and ship repair.
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting proposals for the lay berth and ship repair of the USNS MATTHEW PERRY (T-AKE 9) at MSC Norfolk. This procurement aims to ensure the operational readiness and maintenance of the vessel, which is crucial for supporting naval operations. The contract falls under the NAICS code 336611, focusing on shipbuilding and repairing, and is categorized under non-nuclear ship repair services. Interested contractors can reach out to Damian Finke at damian.w.finke.civ@us.navy.mil or James Parker at james.l.parker2.civ@us.navy.mil for further details regarding the solicitation process.
LOCK INSERT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of lock inserts under a federal contract. This opportunity involves the manufacturing and supply of hardware, with specific requirements for item unique identification, inspection, and acceptance procedures, as well as compliance with various military specifications and standards. The goods are critical for maintaining operational readiness and supporting national defense initiatives. Interested vendors should direct inquiries to James Benes at 717-605-4964 or via email at JAMES.J.BENES@NAVY.MIL, with proposals expected to adhere to the outlined technical and quality requirements. The solicitation emphasizes a total small business set-aside, encouraging participation from qualified small businesses.
20--HATCH,MARINE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of 48 units of marine hardware and hull items, identified by NSN 7H-2040-013455961. This presolicitation notice indicates that the government does not possess the necessary data or rights to purchase or contract repair of this part from additional sources, making it uneconomical to reverse engineer. The awarded contract will only be granted to offerors who meet the qualification requirements at the time of award, and interested parties are encouraged to express their interest and capability to fulfill the government's requirements within 15 days of this notice. For further inquiries, potential bidders can contact Darian Holley at (717) 605-1339 or via email at darian.holley@navy.mil.
Mooring Components
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to award a sole-source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for mooring components to Mooring Systems, Inc. (MSI). The procurement aims to support a study on biofouling at depth and the effectiveness of antifouling coatings, which are critical for ensuring operational efficiency in naval operations. The contract, valued at an anticipated ceiling of $210,000, will cover the design and construction of specialized deep-sea moorings, with delivery of materials expected by February 3, 2025. Interested parties can reach out to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or John Paul McCauley at john-paul.mccauley.civ@us.navy.mil for further information.
81--SHIPPING AND STORAG
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking small business concerns to provide specialized shipping and storage containers under a presolicitation notice. The procurement involves 295 units of NSN 6K-8145-002609562-YX, with delivery terms set to FOB Origin, and the government holds complete rights to the technical data associated with this acquisition. This opportunity is significant for small businesses as it is 100% set aside for them, with evaluation criteria including lead time, price, past performance, and capacity. Interested parties should contact Katlyn M. Galetto at Katlyn.Galetto@navy.mil for further details, and they are encouraged to express their interest and capability within 15 days of this notice.
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.
USNS ROBERT E. PEARY Halton Dampers
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC Norfolk), is soliciting quotes for Halton dampers specifically for the USNS ROBERT E. PEARY. The procurement requires ventilation fan dampers from Halton Marine Americas, which are critical for ship safety and environmental protection, necessitating compatibility with existing systems across AKE vessels. The delivery of these items is expected by July 2, 2025, with quotations due by April 15, 2025. Interested vendors should contact Colin Edick at colin.j.edick.civ@us.navy.mil or call 564-226-1232 for further details.
BUTTERFLY VALVES
Buyer not available
The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified vendors to provide Butterfly Valves as outlined in the combined synopsis/solicitation N5005425Q0266. The procurement involves supplying specific valve assemblies and components for the USS COLE (DDG-67), with a delivery deadline set for February 28, 2026. These valves are critical for military applications, ensuring operational readiness and compliance with stringent quality standards. Interested parties must submit their quotes electronically by April 17, 2025, and can contact Erica Crandall at erica.collins1@navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil for further information.
RELOCATION SERVICES (VA to MS)
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking qualified contractors to provide relocation services for the Underwater Construction Team ONE (UCT-1) storage equipment from Virginia Beach, VA to Gulfport, MS. The contract will involve disassembly, packing, transportation, and reassembly of various storage racks, lockers, and shelves, with a focus on compliance with security protocols and quality assurance measures during the relocation process. This procurement is crucial for ensuring the safe and efficient transfer of military equipment, adhering to federal guidelines for moving services. Interested contractors must submit their quotes by the specified deadline, with the project expected to commence by mid-May 2025 and conclude by late August 2025. For further inquiries, potential bidders can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil.