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
    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.
    BPA to continue the transition of composite sunshields for US Navy, US Army, US Coast Guard, and Military Sealift Command Ship Classes which will require the development of new configurations of composite sunshields as well as the purchase of the sunshield
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, Carderock Division (NSWCCD), is seeking to establish a Blanket Purchase Agreement (BPA) for the development and procurement of composite sunshields for various military ship classes, including those of the US Navy, US Army, US Coast Guard, and Military Sealift Command. This initiative aims to transition from traditional metal sunshields to composite materials, addressing corrosion-related maintenance challenges and accommodating the unique sizing requirements of ready service lockers through custom configurations. The BPA will span five years, from October 1, 2024, to September 30, 2029, and is set aside exclusively for small businesses, with quotes due by 3:00 PM on September 24, 2024. Interested vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further details.
    Small Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Fighter Wing at Tyndall Air Force Base, is soliciting quotes for the procurement of Small Shelter Systems and associated components. The requirement includes 15 Small Shelter Systems, protective covers, universal liners, securing equipment, and transport crates, all designed for durability and ease of assembly in extreme weather conditions. These shelters are crucial for military operations, providing versatile solutions for billeting, work areas, and storage, thereby enhancing operational readiness. Interested vendors must submit their quotes by September 24, 2024, to A1C Fernando Yahir Zamora Amezcua at fernando.zamoraamezcua@us.af.mil and TSgt Justin Merritt at justin.merritt.1@us.af.mil, ensuring compliance with all specified requirements and regulations.
    Medium Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of two Medium Shelter Systems to be delivered to Tyndall Air Force Base in Florida. These shelters, measuring 52 feet long by 29.5 feet wide and 15 feet high, are designed for military use and will replace older general-purpose options, offering enhanced protection, lower maintenance costs, and improved space efficiency. The shelters are constructed from durable materials, allowing for rapid assembly and compatibility with existing systems, making them essential for various operational environments. Interested vendors must submit their quotes by 1:00 PM CST on September 24, 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, with all submissions adhering to federal regulations and including necessary compliance documentation.
    820 RHS PEB Sunshade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the design, manufacture, and delivery of a pre-engineered building (PEB) kit for the Creech DFAC Outdoor Seating at Creech Air Force Base in Nevada. The project requires compliance with the 2021 International Building Code (IBC) and UFC 3-301-01 standards, with specific dimensions of 60 ft in width, 100 ft in length, and a 9 ft eave height, along with a standing seam metal roof in the color "Sandstone." This procurement is crucial for enhancing operational facilities at military installations, ensuring safety and regulatory compliance in a military environment. Interested small businesses must submit their quotes electronically by 24 September 2024, at 1000 PDT, to SSgt Chase Brandt at chase.brandt@us.af.mil, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design-build of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This project entails the construction of a two-story, 60,000 square foot facility, along with the demolition of two existing buildings, and includes essential planning for utilities, landscaping, and secure space requirements for Navy operations. The estimated project cost ranges from $25 million to $100 million, with a completion timeline of 1,048 calendar days from the award date. Interested contractors must submit their proposals electronically by October 29, 2024, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil for further inquiries.
    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.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    Field Office/Work Space, Great Bridge Reservation Chesapeake, Virginia
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of a Field Office/Work Space at the Great Bridge Reservation in Chesapeake, Virginia. This project involves building a new 40'x 80' structure with office space, a workshop, storage, and a unisex bathroom. The building will have electricity, communications, water, and sewer services. The project also includes the installation of sidewalks, grass, and parking spaces. The estimated construction cost is between $1,000,000 and $5,000,000 million. The solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website in the 1st Quarter of Fiscal Year 2025.