Horizontal Lifelines Service
ID: N6247824Q2702Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM HAWAIIPEARL HARBOR, HI, 96860-3139, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- TRACTORS (J024)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Hawaii, is soliciting proposals for the routine annual maintenance, inspection, and recertification of Horizontal Lifelines. Contractors must be certified by the Horizontal Lifeline manufacturer for inspections, ensuring compliance with safety standards and design integrity, particularly when alterations to designs are involved. This service is crucial for maintaining the operational safety of firefighting, rescue, and safety equipment, which falls under the NAICS code 541330 and PSC code J042. Interested contractors can reach out to Jenna Inaba at jenna.m.inaba.civ@us.navy.mil or call 808-471-4557 for further details regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses inquiries related to Solicitation N62478-24-Q-2702, specifically concerning contractor authorization for annual inspections of High Life Lines (HLL). The contractor must be certified by the HLL manufacturer for inspections as stipulated in section 6.2. Upon consulting the HLL designer, it was clarified that while certification is not strictly mandated for work on the HLL, it is essential to inform the designer of any alterations to their designs. This communication ensures adherence to safety and design integrity. The content highlights the importance of maintaining compliance and coordination among contractors, designers, and manufacturers in executing inspection requirements, which is relevant within the framework of federal contracting and grant management processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Lift Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NIWC Atlantic, is issuing a Special Notice for a procurement opportunity titled "Lift Support." This opportunity involves the maintenance and repair of shop equipment, as indicated by the NAICS code 238290 and PSC code 49. The goods and services sought are critical for ensuring operational efficiency and safety in naval facilities. Interested vendors can reach out to Contract Specialist Eleanor Phillips at eleanor.o.phillips.civ@us.navy.mil or call 843-218-5574 for further details regarding this opportunity.
    J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept
    Active
    Dept Of Defense
    J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept The Department of Defense, specifically the Department of the Navy, is seeking commercial services for the inspection, cleaning, and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE) and Individual Ensemble Elements (IEE) for the Fed Fire Department at Joint Base Pearl Harbor (JBPHH). These services are necessary to ensure the proper functioning and safety of the fire fighting gear used by the department. Interested vendors must submit their quotes electronically through email to donna.franzese@navy.mil. The deadline for submission of quotes is Wednesday, 27 January 2016 by 1400 Hawaii Standard Time.
    ANNUAL INSPECTION OF HOISTS AND HYDRAULIC LIFTS FOR YOKOTA AB AND TAMA ANNEX
    Active
    Dept Of Defense
    The Department of Defense, specifically the 374th Contracting Squadron, is seeking qualified contractors for the annual inspection of hoists and hydraulic lifts at Yokota Air Base and Tama Annex in Japan. The contractor will be responsible for providing all necessary supervision, equipment, and materials to conduct inspections in compliance with Japanese Environmental Governing Standards and local regulations, ensuring the safety and operational integrity of the equipment. This contract is crucial for maintaining the functionality of lifting equipment at military installations and is anticipated to span a twelve-month base period with four optional years, totaling five years. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to participate in a mandatory site visit on September 26, 2024, with inquiries directed to Junko Maeda at junko.maeda.jp@us.af.mil or Stephanie M. Torres at stephanie.torres.11@us.af.mil.
    HOIST FIXTURE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a hoist fixture. This opportunity involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various defense operations and maintenance activities. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements outlined in the solicitation, including adherence to military specifications and packaging standards. Interested parties can reach out to Breanne R. Clippinger at 717-605-4893 or via email at BREANNE.R.CLIPPINGER.CIV@US.NAVY.MIL for further details, with proposals expected to remain valid for 60 days post-submission.
    LIFT, HYDRAULIC
    Active
    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 hydraulic lifts. The contract requires the manufacture and design of hydraulic lifts that meet specific technical requirements, including compliance with standards set by Genie Industries Inc. The hydraulic lifts are critical for maintenance and repair operations within the Navy, ensuring operational readiness and safety. Interested vendors, particularly those eligible under the 8(a) program, should direct inquiries to Eva A. Raczka at 717-605-1714 or via email at EVA.A.RACZKA.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.
    LONGERON
    Active
    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 LONGERON components. This opportunity falls under the NAICS code 333998, which pertains to miscellaneous general-purpose machinery manufacturing, and involves the provision of supplies that meet specific quality and testing requirements. The goods are critical for various defense applications, emphasizing the importance of compliance with government standards, including first article testing and warranty provisions. Interested vendors can reach out to Jaclyn Dooling at 215-697-2530 or via email at jaclyn.dooling@navy.mil for further details regarding the solicitation process.
    Fuel Storage Tank Maintenance and Repair Work, Various Locations, Oahu, Hawaii
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Hawaii, is seeking qualified contractors for fuel storage tank maintenance and repair work at various locations in Oahu, Hawaii. This procurement is aimed at ensuring the integrity and safety of fuel storage systems, which are critical for military operations and environmental protection. The opportunity is set aside for small businesses under the SBA guidelines, with a focus on firms specializing in environmental systems protection related to leaking underground storage tanks. Interested parties can reach out to Nhung Bui at nhung.h.bui.civ@us.navy.mil or call 808-474-7087 for further details regarding the solicitation process.
    AUXILLARY HOIST UNI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of an Auxiliary Hoist Unit through NAVSUP Weapon Systems Support Mechanicsburg. The contract requires the manufacture of the Auxiliary Hoist Unit, adhering to specific design and quality requirements, including compliance with military standards for inspection and packaging. This equipment is critical for various defense operations, ensuring the safe and efficient handling of heavy loads. Interested vendors should contact Marsha Williams at 717-605-2727 or via email at marsha.williams@navy.mil for further details, and must provide their quotes including unit price, total price, and procurement turnaround time as part of their submission.
    42--HARNESS ASSEMBLY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a HARNESS ASSEMBLY. This item is typically used for FIRE/RESCUE/SAFETY and ENVIRO PROTECT purposes. The procurement will take place at PSNS 1400 FARRAGUT AVE BLDG 514, BREMERTON, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any amendments will be posted on the NECO website: WWW.NECO.NAVY.MIL. Electronic submission of quotes is available through the NECO website.
    52000QR240007760 USCGC OLIVER BERRY FM200 FIRE SURPRESSION SYSTEM INSPECTION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform inspection and certification of the FM200 and Galley Fixed Fire Suppression Systems aboard the Coast Guard Cutter OLIVER BERRY (WPC 1124) in Honolulu, Hawaii. The contractor will be required to travel to the cutter's homeport and conduct inspections in accordance with maintenance publications N31015.D and N30050.D, with the inspection period scheduled from October 1 to October 20, 2024. This procurement is critical for ensuring the operational readiness and safety compliance of maritime fire suppression systems. Interested vendors must submit their Firm Fixed Price quotations by September 23, 2024, at 09:00 A.M. Eastern Standard Time, to Timothy Ford at timothy.s.ford@uscg.mil, with a copy to Stacy Spalding at stacy.j.spalding@uscg.mil.