Prefabricated Storage Shelter
ID: H9224024Q10147Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

MISCELLANEOUS PREFABRICATED STRUCTURES (5450)

Set Aside

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

    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for the procurement and installation of a prefabricated storage shelter intended for the protection of Patrol Boats used by SEAL Team EIGHTEEN in Virginia Beach, Virginia. The project requires a semi-permanent structure measuring 72 feet in length, 30 feet in width, and 14 feet in height, which must be anchored to an existing concrete slab and designed to accommodate boats with retractable T-tops. This initiative is crucial for ensuring the operational readiness and protection of military assets from environmental exposure. Interested small businesses must submit their proposals by September 17, 2024, at 1:00 PM, and can direct inquiries to Pamela Sons at pamela.h.sons.civ@socom.mil or by phone at 619-537-1601.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Naval Special Warfare Command for the procurement of a prefabricated storage shelter required by SEAL Team EIGHTEEN (ST-18) to protect Patrol Boats from environmental exposure. The main objective is to establish a simplified acquisition contract for one semi-permanent structure, measuring 72' x 30' x 14', with specific construction materials resistant to weather conditions typical of Virginia Beach. The installation must include securing the structure to an existing concrete pad and enabling future shore power connectivity. Requirements dictate that delivery and installation must be completed by December 13, 2024, with contractor responsibilities extending to logistics and timing coordination with designated points of contact. Security provisions necessitate that contractors have access to military installations, and restrictions are in place regarding public references to the Naval Special Warfare Command and its trademarks. Quality assurance measures allow for government inspections to ensure compliance with contractual obligations. This procurement effort emphasizes both protection and operational readiness for the military's specialized boat units.
    The document presents a conceptual sketch for a structure with dimensions of 14 feet in height, 72 feet in length, and 30 feet in width. This rough draft is intended to serve as an initial visual representation and outline of the potential design. The purpose of this drawing appears to be related to requests for proposals (RFPs) or grants in a government context, where such visual aids assist stakeholders in understanding project requirements and specifications. By providing basic measurements, the document sets the groundwork for further detailing and planning, which are crucial in the proposal process. Overall, the sketch indicates an early stage of development for a construction project that may be part of broader federal or local initiatives aiming to secure funding or approvals for development.
    The document is a solicitation for proposals (H9224024Q1017) issued by the Naval Special Warfare Command for the delivery and installation of a prefabricated storage shelter in Virginia Beach, VA, with a due date for offers of September 17, 2024, at 1:00 PM. This solicitation outlines compliance requirements with various federal regulations, including clauses related to business size status (small business, women-owned, etc.), and mandates contractors to confirm they do not engage in certain prohibited practices concerning telecommunications and child labor. Key clauses pertain to product specifications, delivery information, and terms for inspection and acceptance at the destination. The document also highlights essential laws to be adhered to, such as the Buy American Act and requirements surrounding federal contract compliance. This solicitation reflects the government’s commitment to supporting small businesses and ensuring ethical practices in procurement, all in compliance with relevant federal acquisition regulations. The detailed provisions emphasize proper representation by offerors regarding their business status and compliance with rules concerning equipment and services.
    The document pertains to a Request for Quotation (RFQ) for the "ST18 Boat Shelter" under RFQ H9224024Q1017. The primary inquiry focused on whether specific door sizes should be included in the building design. The response clarifies that no doors are necessary for this structure, directing attention to an attached concept drawing for further details. This indicates a straightforward construction requirement aimed at designing a boat shelter without conventional entrances. The context of this RFQ aligns with federal and local government procurement processes, which aim to acquire construction services that meet specified criteria while also addressing efficiency and functionality in design.
    The document pertains to the Request for Quotations (RFQ) for the ST18 Boat Shelter, specifically addressing a query regarding the installation of an outdoor breaker panel. The key question asked whether it was feasible to have an approved "outdoor/external use box for breaker panel" shipped to the installation site to be coordinated with the building installation. The response confirms that this is possible, and details regarding the shipping address will be provided after the award process. This exchange illustrates the procedural considerations in government projects related to site-specific installations and logistical coordination. The document demonstrates effective communication between potential contractors and government officials, emphasizing the importance of planning and specifying instructions before finalizing agreements. Such coordination is essential in ensuring project timelines are met and operational requirements are satisfied upon installation.
    The ST18 Boat Shelter RFQ (H9224024Q1017) addresses inquiries related to a supply contract for a prefabricated storage shelter intended for boat storage. Key points clarified include that bonding is not required, aligning with the nature of supply contracts and prevailing wage conditions. The structure will be anchored to an existing concrete slab rather than requiring new concrete footings. Notably, the design must accommodate boats with retractable T-tops, confirming the height requirement of 14 feet. Preference for the structure's finish leans towards durability, with acceptable colors including neutral tones that match the existing boat barn’s light tan color. Lastly, the query about engineering data for the concrete slab goes unanswered, indicating no existing documentation is available. This RFQ outlines the specifications and expectations for potential suppliers to ensure compliance with project needs.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Prefabricated Storage Shelter
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Special Warfare Command (NSWC), is seeking a qualified contractor to provide a prefabricated storage shelter for SEAL Team EIGHTEEN (ST-18) to protect their Patrol Boats (PBLs) from environmental elements. This procurement is aimed at acquiring a structure that meets specific requirements for durability and functionality, ensuring the operational readiness of the team’s equipment. The acquisition will be conducted under the Federal Acquisition Regulation (FAR) guidelines, specifically utilizing a 100% small business set-aside, with a Firm Fixed Price (FFP) purchase order contract anticipated. Interested parties should contact Pamela Sons at pamela.h.sons.civ@socom.mil or call 619-537-1601 for further details, as the opportunity is open to small businesses with a size standard of 750 employees under NAICS code 332311.
    Outdoor Shelter Tent
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals from qualified small businesses for the procurement of outdoor shelter tents as part of a total small business set-aside initiative. The contract will be a firm-fixed-price agreement aimed at delivering decontamination shelter tents that meet specific size, material, and chemical resistance standards, along with necessary accessories. These tents are crucial for military operations, particularly in supporting the Military Sealift Command's logistical needs. Interested vendors must submit their proposals by September 16, 2024, and can direct inquiries to Rebecca Jex at rebecca.j.jex.civ@us.navy.mil or Eileen Trezise at eileen.d.trezise.civ@us.navy.mil.
    12X20 Gazebo
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is soliciting proposals for the construction of two 12x20 Dutch-style pressure-treated wood gazebos. The project requires the construction of these gazebos using pressure-treated southern yellow pine, featuring a heavy-duty floor, hand railings, bench seating, and a shingled roof, with delivery or on-site assembly to be completed within 30 days of award. This procurement supports the Theater Undersea Surveillance Command and emphasizes the importance of durable and aesthetically pleasing structures for operational use. Interested vendors must submit their quotes, including completed representations and certifications, by the specified deadline, and can contact Casey Mayer or Elizabeth Phelps for further information.
    J&A Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for the procurement of a temporary warehouse shelter. This shelter is typically used for the purchase of other warehouse buildings. The procurement will take place in JBLM, WA, with a place of performance at R0191 I Street. The shelter is required to be 60'L x 60'L x 20'H and made of vinyl, with a supporting structure. Other items needed include an end wall, concrete ecology blocks for the foundation, trim to seal the fabric to the building base rail, and installation services. The solicitation is a Small Business Set-Aside, and interested sellers must submit their bids through the online exchange at https://marketplace.unisonglobal.com. The pricing portion of the bid will be valid for 45 days after the auction closing. The solicitation will end on November 27, 2023, at 11:00:00.0 Eastern Time. The shelter will be delivered FOB Destination to JBLM, WA 98433.
    8340--MED RISK HDT Shelters (Quick halt 403 Express & DRASH MX5) Boise VA 531
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of military-grade shelters, specifically the Quick halt 403 Express and DRASH MX5 models, for the Boise VA Medical Center in Idaho. The contract requires the delivery of two shelters, with the larger one measuring between 500 and 550 square feet and the smaller one between 250 and 275 square feet, both designed to meet stringent standards for emergency management, including waterproof materials and specific features such as zip-style doors and HVAC ducting. This procurement is critical for replacing a previously damaged shelter and ensuring the facility is equipped to handle emergency situations effectively. Interested vendors must submit their proposals by September 18, 2024, at 12:00 PM Pacific Time, with a total award amount of $13.5 million, and can direct inquiries to Contract Specialist Lance Lee at Lance.Lee2@va.gov or by phone at 360-816-2780.
    15--CANOPY,MOVABLE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 55 units of a movable canopy, identified by NSN 7R-1560-016227235-QE, from The Boeing Company and SierraCIN Corporation, the only known sources for this item. The procurement is limited to these original equipment manufacturers due to the lack of available drawings or data for alternative sourcing, and interested parties must submit a Source Approval Request if they are not already approved to manufacture this material. This canopy is critical for airframe structural components, and the anticipated award date for this contract is March 2025. Interested organizations are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne.civ@us.navy.mil within 45 days of the notice publication.
    Awning Materials Procurement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) FLC Yokosuka Sasebo Office, is soliciting quotes for the procurement of awning materials for the Joint Region Marianas Fire & Emergency Services in Guam. The contract, identified by solicitation number N6824624Q0145, requires the provision of a standalone butler tin awning that measures 45 feet wide and 18 feet projected, designed to withstand wind gusts of up to 80 MPH, with delivery to Fire Station 5 in Santa Rita, Guam. This procurement is critical for protecting fire apparatus from harsh weather conditions, ensuring operational readiness and safety for emergency services. Interested small businesses must submit their quotes by September 19, 2024, at 1000 hrs JST, and can direct inquiries to Kumiko Kokuba via email at kumiko.kokuba2.ln@us.navy.mil.
    Survey Cabin Boat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is soliciting bids for the procurement of a 26-foot survey cabin boat, complete with two outboard motors and a trailer. This acquisition is essential for the U.S. Army Corps of Engineers in Memphis, as the vessel will be utilized for various surveying and operational tasks in support of their missions. The solicitation has been amended to extend the closing date to September 19, 2024, and interested parties can reach out to Tijuana Harris at Tijuana.M.Harris@usace.army.mil or by phone at 901-544-3048 for further details.
    NTC 25-02 Tents Subject to Availability of Funds
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the provision of various tents to support military operations at Fort Irwin, California. The procurement includes one 4,000 SQFT tent without utilities, two 7,500 SQFT sleeping tents equipped with power, HVAC, and lights, and one 800 SQFT sleeping tent with utilities, all required for an Armored Brigade Combat Team during a training rotation. This contract is a total small business set-aside, emphasizing the importance of small businesses in fulfilling critical military infrastructure needs, with a performance period from October 8 to November 27, 2024. Interested vendors must submit their quotes by 11:30 AM Eastern Time on September 23, 2024, and direct any inquiries to Dale Patterson at dale.v.patterson.mil@army.mil or SSG Ben Shepherd at benjamin.p.shepherd2.mil@army.mil.
    Office Pods
    Active
    Dept Of Defense
    The Department of Defense, specifically the Connecticut Army National Guard (CTARNG), is seeking quotes for the procurement of two office pods under a Firm-Fixed Price contract. The requirement includes prefabricated metal building components, with specifications detailing dimensions, materials, and features such as HVAC units and electrical installations. These office pods are intended to enhance operational efficiency and provide functional workspace solutions for military personnel. Interested small businesses must submit their quotes by 2:00 p.m. Eastern Time on September 17, 2024, and all inquiries should be directed to Leslie Fedler via email at leslie.a.fedler.civ@army.mil or fax at 860-386-4070 by September 13, 2024.