Small Business Set-Aside Brand Name or Equal for Free Standing Relocatable Chemical Storage and Containment Locker to DLA Distribution Guam, Marianas. Request Access to the drawings through SAM. Review all Attachments
ID: N61331-25-T-JK27Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

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

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotes from small businesses for the procurement of a free-standing relocatable chemical storage and containment locker to be delivered to DLA Distribution Guam, Marianas. The locker must comply with safety standards for storing flammable and hazardous materials, featuring critical elements such as fire-rated doors, ventilation, and hurricane protection, with a delivery timeline of 150 days post-award. This procurement is vital for ensuring safe management of hazardous materials in compliance with military specifications, emphasizing the importance of safety and regulatory adherence in government operations. Interested vendors must submit their quotes by June 16, 2025, at 11 AM Central Time, to Jamell L. Kilgore at jamell.l.kilgore.civ@us.navy.mil, ensuring all specifications and requirements are met as outlined in the attached documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for a free-standing relocatable chemical storage and containment structure designed for storing flammable and hazardous materials. It identifies the structure's brand, dimensions (8' L x 14' W x 9' H), and key features, including a maximum weight limit of 42,900 lbs and a sump capacity of 1,828 gallons. Safety enhancements include hurricane protection, fire-rated doors, and extensive insulation. The structure is equipped with essential systems such as water sprinklers, air conditioning, exhaust ventilation, lighting, and an emergency alarm system. All electrical components are rated for hazardous environments and include safety features like automatic shutdowns in case of fire. The design also incorporates a gas detection system and a load center for electrical distribution. This specification emphasizes stringent safety standards for chemical storage facilities, highlighting its suitability for government entities or organizations managing hazardous materials in compliance with regulations. The proposal targets various levels of government procurement, indicating its relevance for RFPs and grants.
    The Naval Surface Warfare Center (NSWC) Panama City Division requires the fabrication and delivery of a fire-rated, relocatable chemical storage locker compliant with lithium battery storage best practices. The locker should be designed for the Intermediate Maintenance Activity (IMA) at NMC Unit Guam, including critical features like ventilation and fire suppression. The contractor must ensure compliance with specified dimensions and design, cater to hurricane wind load ratings, and ship the completed unit to the designated location in Guam within 150 days post-award. Deliverables include a report summarizing positive and negative outcomes of the work done, alongside technical documentation. The project does not involve Government-Furnished Property (GFP) and is classified as unclassified, with strict guidelines for protecting any sensitive information. The document requires adherence to controlled unclassified information regulations, ensuring the safeguarding of technical data throughout the contract process. Overall, this RFP underscores the importance of safety and compliance in government procurement processes, particularly regarding hazardous material management.
    The document outlines the requirements for two data items related to a contract for a Lithium Battery Storage Locker, specifically focusing on the Data Item Description and associated submission protocols as outlined by the Department of Defense. The first data item, titled "Test/Inspection Report," requires submissions within five days after each system test and mandates the incorporation of comments from the NSWC PCD upon review. The second data item, "Contract Summary Report," necessitates submission within five days following the delivery of the storage locker. Both items fall under specific categories detailing technical data and approvals, and require reproducible copies to be submitted electronically. This structure aims to ensure compliance with contract obligations and facilitate effective communication between contractors and the government. The document emphasizes adherence to military specifications and correct procurement processes, addressing standard operating procedures for government contractors involved in federal projects.
    The document outlines the guidelines and provisions related to contract management under NAVSEA, including deliveries, performance expectations, and specific contractual clauses relevant to government projects. It specifies requirements for the electronic submission of payment requests, compliance checks for contractors, and various clauses addressing payment limitations, cybersecurity, and contractor obligations. The file emphasizes the importance of protecting sensitive information managed by contractors, detailing the responsibilities of NAVSEA in ensuring confidentiality during file management and administration of contracts. Furthermore, it outlines clear points of contact for contract administration and delineates roles among contracting officers, representatives, and specialists. Contractors are expected to follow strict procedures regarding invoicing, delivery schedules, and adherence to regulations governing operations during holidays. The guidance also makes clear that the contracting officer retains authority over any amendments to the contract. Overall, the file serves as a comprehensive framework for managing contracts while ensuring compliance with federal regulations, emphasizing the significance of protecting government interests and fostering accountability among contractors.
    Similar Opportunities
    Berth, Crew Rack and Locker, Wardrobe
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    54--TANK,LIQUID STORAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of four liquid storage tanks under solicitation number NSN 5430012663556. The tanks, classified under the NAICS code 332420 for Metal Tank Manufacturing, are essential for various military logistics operations, ensuring the safe storage and transportation of liquids. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all submissions must be received within 156 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    10--RACK,STORAGE,SMALL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 62 units of a small storage rack, identified by NSN 1095016121508. This solicitation aims to establish an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of nine units. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting their importance in supporting military logistics and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    Shipping and Storage
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a total small business set-aside contract for shipping and storage containers, specifically NSN 8145-01-251-1903, with a part number of 123444459. The procurement requires a firm fixed price for an initial production quantity of five units, along with a first article quantity of one unit, and includes an option for an additional five units. These containers are critical for specialized shipping and storage needs within military operations, ensuring the secure transport and storage of essential materials. Interested vendors must comply with various quality standards and documentation requirements, and should direct inquiries to Noelle Riggs at noelle.riggs@dla.mil or Janeca Dent at JANECA.DENT@DLA.MIL, with proposals due as specified in the solicitation.
    Safety Unit, Safety
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), intends to issue a solicitation for the procurement of Safety Units, specifically the MODEL 7FS, under National Stock Number 5450-01-453-2921. The requirement includes a quantity of seven units, which are essential for various safety storage applications within military operations. This pre-solicitation notice indicates that the solicitation will be published on DIBBS, where all responsible sources may submit bids or proposals for consideration. Interested parties can contact Avril Dickerson at 445-737-7976 or via email at AVRIL.DICKERSON@DLA.MIL for further information.
    20--DOOR,METAL,MARINE S
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 units of metal marine doors, identified by NSN 2040012534544. This solicitation is part of a combined synopsis/solicitation and is crucial for maintaining operational readiness in maritime applications. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 157 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    Specialized Shipping & Storage Containers
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Detroit Arsenal, is planning to award a sole source contract for specialized shipping and storage containers from Hardigg Industries, LLC. The procurement involves an estimated quantity of 198 shipping and storage containers, identified by NSN 8145-01-535-5579 and part number 16776-101, which are essential for the secure transport and storage of military equipment. The solicitation is expected to be released in four to six weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, David Joley, the Contract Specialist, can be contacted at david.s.joley.civ@army.mil or by phone at 571-588-9341.
    81--CONTAINER,FREIGHT,G
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of freight containers, specifically NSN 8150014638553, with a total quantity of six units required for delivery to the Norfolk Naval Shipyard. This solicitation is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in the defense supply chain. The containers are critical for the efficient packaging and transportation of military supplies, ensuring operational readiness. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The solicitation will be accessible through the DLA's online platform, with a delivery timeline of 90 days after award.
    (W16) Brand Name Mandatory for Procure EDS system
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and associated components. This procurement aims to acquire a system that includes a ship interface, water distribution system, and wheeled storage, which are critical for decontamination operations. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total budget not to exceed $350,000. Interested vendors must submit their quotes by January 5, 2026, to the designated contacts, Latrice Whitfield and Marlene Ridgell, via the provided email addresses.
    SPILL CONTAINMENT U
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research through a Sources Sought notice to identify potential suppliers for the SPILL CONTAINMENT U, designated by NSN 4235-016688399. The procurement requires organizations capable of manufacturing, inspecting, testing, packaging, and shipping the specified item, with estimated requirements ranging from 8 to 29 units. This initiative is crucial for ensuring the availability of hazardous material spill containment and clean-up equipment, which plays a vital role in environmental safety and compliance. Interested parties must submit their capability statements and organizational details to Montana Kipp at Montana.Kipp@dla.mil by December 15, 2025, as this is not a solicitation but a preliminary step to gauge market capacity and determine procurement methods.