FURNACE
ID: SPMYM2-25-Q-1359Type: Sources Sought
AwardedMay 5, 2025
$572.8K$572,783
AwardeeMACHINES & METHODS INC Bellevue WA 98008 USA
Award #:SPMYM2-25-P-1347
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA MARITIME - PUGET SOUNDBREMERTON, WA, 98314-5000, USA

Set Aside

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

    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting quotes for the procurement of a Pit Furnace, specifically identified as 12-RO-2436-20ARF, with a focus on small business participation, including service-disabled veteran-owned and women-owned enterprises. The procurement includes not only the furnace itself but also associated services such as shipping, installation, and certification, all of which are critical for enhancing operational capabilities at the Puget Sound Naval Shipyard. Interested contractors must comply with specific technical specifications, provide necessary documentation, and adhere to cybersecurity protocols, with a submission deadline set for April 16, 2025, at 10 AM Pacific Time. For further inquiries, potential bidders can contact Kim Vo at kim.vo@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) related to federal contracts, specifically detailing information collection requirements for contractors. It specifies a single data item, which includes the submission of technical manuals and certifications of equipment, particularly emphasizing the need for comprehensive technical documentation and compliance with established testing laboratory standards. Key elements noted include contract references, distribution statements, submission frequencies, and the need for documentation to be submitted via the Wide Area Workflow (WAWF) e-Business Suite. The report emphasizes the request for sensitive data to be handled by authorized personnel only, underscoring the importance of adhering to Department of Defense regulations. The document concludes with preparation and approval details, reiterating the structured approach required in government contracting processes, which ensures the integrity and compliance of maintained data in support of operational requirements. Overall, these are essential components that contribute to efficient contracting and regulation adherence within the federal framework.
    The document outlines a government solicitation (SPMYM225Q1359) for the acquisition of a Pit Furnace (12-RO-2436-20ARF) and related services, including shipping, installation, and certification. This request is specifically aimed at small businesses, with a set-aside for service-disabled veteran-owned and women-owned enterprises. Key elements include the submission deadline (April 16, 2025) and detailed requirements for suppliers such as compliance with technical specifications and provision of certification documents. The contractor must utilize electronic invoicing and adhere to specific cybersecurity protocols related to safeguarding sensitive information. Additionally, there are guidelines on securing base access for contractors, emphasizing the need for a Defense Biometric Identification System (DBIDS) credential for entry to the Puget Sound Naval Shipyard. Payment information and inspection procedures are also discussed, highlighting government protocols for deliveries and compliance with regulations. Overall, this solicitation reflects the federal government’s focus on ensuring security, compliance, and preference for small business participation in government contracts, while clearly articulating expectations and requirements for contractors involved in this acquisition.
    The government document outlines the specifications for a turn-key contract to procure a Pit Furnace with a Retort, designed to enhance operational capabilities at the Puget Sound Naval Shipyard (PSNS). The contract includes the removal of an existing furnace, installation of new equipment, and necessary NRTL certification and training. The technical requirements detail various standards and safety regulations, including compliance with OSHA and environmental policies. Key components include the furnace body, control enclosure, and retort, all constructed from durable materials such as steel and Inconel. The furnace must operate within specified temperature ranges, accommodate safety features, and provide ease of maintenance. Installation responsibilities delineate the roles of the contractor and the government, emphasizing adherence to safety and environmental regulations. Additionally, the document mandates training for personnel, providing a comprehensive framework for installation, operation, and ongoing maintenance. This procurement aims to ensure the efficient and safe operation of critical equipment at the naval facility, reflecting the government's commitment to modernization and compliance with safety standards.
    Lifecycle
    Title
    Type
    Solicitation
    FURNACE
    Currently viewing
    Sources Sought
    Similar Opportunities
    DUCT,FLEXIBLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is soliciting bids for the procurement of flexible ducts, specifically designed for the U.S. Navy. The required ducts must meet specific material specifications, including being black, 2-ply polyester/neoprene coated with a spring steel wire helix, and must be UL-94-V-0 listed and labeled as "FIRE RESISTANT PROPERTY OF US NAVY." This procurement is critical for ensuring the operational readiness and safety of naval equipment, with delivery scheduled to the Puget Sound Naval Shipyard IMF in Bremerton, Washington, in January and February 2026. Interested vendors, particularly those classified as Women-Owned Small Businesses (WOSB), must submit their quotes and comply with various requirements, including registration in SAM.gov and adherence to specified FAR and DFARS clauses, with all inquiries directed to Naomi Larson at naomi.larson@dla.mil.
    Vapor International LLC- Vessel Boiler Parts
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of vessel boiler parts from qualified small businesses. This opportunity involves the supply of brand name commercial products, specifically OEM replacement parts for a ship's boiler, with a focus on various coils and ABS certification. The procurement is critical for maintaining operational readiness and efficiency of naval vessels, emphasizing the importance of reliable and high-quality components. Interested vendors must submit their quotes by 10:00 AM on November 25, 2025, and are encouraged to direct any inquiries to Brian Schuyler at Brian.d.schuyler.civ@us.navy.mil, with a required delivery date set for January 30, 2026. Registration in the System for Award Management (SAM) is mandatory for participation.
    VARIOUS ITEMS TO BE ETCHED, PRINTED OR ENGRAVED
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime Puget Sound is conducting market research to identify potential suppliers for various items to be etched, printed, or engraved, including clothing and accessories such as jackets, hoodies, and speakers. The procurement includes a total of 950 Women's Carhartt Jackets, 242 Helly Hansen Waterproof Jackets, and other items totaling over 4,000 units, all requiring specific lettering ("PSNS & IMF PDQ") to be applied in Times New Roman font. This initiative is crucial for ensuring the availability of specialized clothing and gear for military personnel, with responses to the sources sought notice due by 10:00 a.m. PST on December 19, 2025. Interested vendors should submit their capability statements to Naomi Larson at naomi.larson@dla.mil, as there is no solicitation at this time.
    ASSEMB,UPTAKE HATCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of the ASSEMB, UPTAKE HATCH, through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the manufacture and supply of heating equipment, adhering to strict quality assurance and inspection standards, with all items needing to meet specific military specifications and packaging requirements. The procurement is critical for maintaining operational readiness and ensuring compliance with military standards, emphasizing the importance of authorized sources for the materials. Interested vendors must submit their quotes electronically to Howard Langenstein by December 19, 2025, and should include detailed pricing, lead times, and proof of authorization as a distributor if applicable.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    44--CORE ASSEMBLY,FLUID
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a CORE ASSEMBLY, FLUID, identified by NSN 4420016788801. The requirement includes a quantity of one unit to be delivered to DLA Distribution Puget Sound within 167 days after order placement. This assembly is critical for applications involving furnace, steam, drying, and nuclear reactor operations, underscoring its importance in military logistics and operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    29--COMBUSTION DEVICE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a combustion device, specifically NSN 2990015518502. The requirement includes a quantity of one unit to be delivered to DLA Distribution San Diego within 151 days after order placement, with the approved source being 7PZX0 98770420004. This combustion device is critical for various military applications, ensuring operational readiness and efficiency. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    ASSEMB,UPTAKE HATCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for the procurement of the ASSEMB, UPTAKE HATCH, which falls under the NAICS code 333414 for Heating Equipment Manufacturing. This procurement is critical for supporting Foreign Military Sales (FMS) to Korea, and the contract will require compliance with various quality assurance and inspection standards, including MIL-STD packaging and Government Source Inspection. Interested vendors must submit their quotes electronically to the designated contact, Matthew Takach, at Matthew.B.Takach.CIV@us.navy.mil, with a minimum validity of 90 days, and the deadline for submissions has been extended to September 9, 2024.
    53--ARM DOG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an ARM DOG, identified by NSN 5340014851703. The requirement includes a single unit to be delivered to the Puget Sound Naval Shipyard within five days after the order is placed. This hardware item is critical for military applications, emphasizing the importance of timely and reliable supply in support of defense operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    4810 Actuator Valve Assembly, 8 Inch IPS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the procurement of 8 Inch IPS Actuator Valve Assemblies, with a focus on brand-name products from CURTISS-WRIGHT FLOW CONTROL CORPORATION/NU-TORQUE. This acquisition will be negotiated under FAR Parts 12 and 13, emphasizing a firm-fixed price contract based on competitive quotes, with a submission deadline set for 12:00 PM on December 17, 2024. The goods are critical for military applications, and the procurement process encourages participation from small businesses, including service-disabled veteran-owned enterprises. Interested offerors should direct inquiries to Wilfredo Gervacio via email and are responsible for downloading the solicitation documents from Beta.Sam.Gov, ensuring compliance with all specified requirements and regulations.