USNS GRASP AFT HATCH
ID: N3220525Q2222Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Metal Window and Door Manufacturing (332321)

PSC

MARINE HARDWARE AND HULL ITEMS (2040)

Set Aside

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

    The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for the manufacturing of two specific aft salvage hatches for the USNS GRASP (T-ARS 51). The procurement includes a 24-inch by 24-inch aft salvage hatch scuttle and a 14-foot 6-inch by 12-foot aft salvage hatch, both requiring firm-fixed pricing and set aside for total small businesses under NAICS code 332321, which focuses on metal window and door manufacturing. These hatches are critical components for marine operations, ensuring the functionality and safety of naval vessels. Interested vendors must submit their quotes by February 24, 2025, with delivery expected by November 27, 2025, at the MSC BATS Warehouse in San Diego, CA. For further inquiries, contact Colin Edick at colin.j.edick.civ@us.navy.mil or call 564-226-1232.

    Point(s) of Contact
    Files
    Title
    Posted
    The Military Sealift Command has issued a combined synopsis and Request for Quotes (RFQ) under solicitation number N3220525Q2222 for commercial products and services. This procurement, not set aside for small businesses, focuses on acquiring two specific types of aft salvage hatches: a 24-inch by 24-inch scuttle and a 14-feet 6-inch by 12-feet hatch, with delivery expected by November 27, 2025, at the MSC BATS Warehouse in San Diego, CA. Quoters must submit their responses by February 20, 2025, at noon EST, containing detailed pricing and compliance information. Evaluation will prioritize technical capability and price, with awards going to the lowest priced technically acceptable offer. The RFQ includes numerous provisions and clauses from the Federal Acquisition Regulation (FAR), covering various requirements such as contract terms, representations, certifications, and compliance with specific statutes. The document underscores the government's commitment to transparent procurement processes, emphasizing small business participation and technical accuracy in submissions while ensuring compliance with applicable federal regulations and standards.
    The Military Sealift Command is soliciting quotes for specific metal manufacturing services via a Request for Quotes (RFQ) under solicitation number N3220525Q2222. This procurement includes two contract line item numbers (CLINs): a 24-inch by 24-inch aft salvage hatch scuttle and a 14-foot 6-inch by 12-foot aft salvage hatch, both requiring firm-fixed pricing. The procurement is set aside for total small businesses with a size standard of 750 employees, and the NAICS code is 332321, focusing on metal window and door manufacturing. Quotes must be submitted by February 24, 2025, and will be evaluated based on technical capability and price, with preference given to the lowest priced technically acceptable offer. Delivery is required by November 27, 2025, at the designated location in San Diego, CA. Additionally, vendors are required to comply with specific clauses related to federal acquisition regulations, including those concerning subcontracting, equal opportunity, and reporting requirements, ensuring transparency and adherence to statutory obligations.
    This document outlines a Non-Disclosure Agreement (NDA) governing access to technical data related to the USNS GRASP (T-ARS 51) for the Offeror involved in responding to solicitation N3220525Q2222. The NDA stipulates that the Offeror must utilize the provided data solely for proposal preparation and, if successful, for contract performance while adhering to all associated compliance measures. Key responsibilities include appointing a corporate principal for NDA execution, ensuring organizational controls to restrict data access, and prohibiting unauthorized reproduction or dissemination of the data. Additionally, the Offeror must list any vendors or subcontractors involved in the process, ensuring a similar NDA is signed by them. Upon contract award or project completion, the Offeror is required to return or destroy the data, certifying compliance to the Contracting Officer. The document emphasizes security and compliance with export controls, reflecting the government's effort to safeguard sensitive technical information while permitting necessary use in federal contracting processes.
    Lifecycle
    Title
    Type
    USNS GRASP AFT HATCH
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    CGC FRANK DREW HATCH AND SCUTTLE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified suppliers to provide watertight hatches and scuttles for the Coast Guard Cutter Frank Drew. The procurement includes a 21-inch diameter quick-acting flush scuttle and a 30” x 30” quick-acting watertight hatch with a raised 12-inch coaming, as outlined in Coast Guard Drawing 175-WLM-167-001. These items are critical for enhancing operational readiness and safety on the cutter, with delivery expected within 40 weeks of award notification and tracking information required within 48 hours of shipment. Interested parties should direct inquiries to Brenden Cox at BRENDEN.S.COX@USCG.MIL or Tyler Melton at Tyler.k.melton@uscg.mil, and note that this opportunity is set aside for small businesses under the SBA guidelines.
    GRATE LATCH, COMPRESSION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide a GRATE LATCH, COMPRESSION as part of a federal contract opportunity. This procurement is categorized under a Total Small Business Set-Aside, indicating a focus on engaging small businesses in the shipbuilding and repairing industry, as denoted by the NAICS code 336611. The goods are essential components for building and maintaining maritime vessels, underscoring their importance in ensuring operational readiness and safety. Interested parties should reach out to Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or call 410-762-6509 for further details regarding the solicitation process.
    USNS BRUNSWICK (T-EPF 5) FDTD CUPS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of 300 Alcoa Gen 2 Flight Deck Tie Down Cups, essential components for the T-EPF Class vessels. This procurement is critical due to the high failure rate of existing cups, necessitating reliable replacements to maintain operational capabilities. The contract will be awarded based on the lowest priced technically acceptable offer, with a firm-fixed price structure requiring delivery to a designated warehouse in Norfolk, VA by May 1, 2025. Interested vendors must submit their quotations by March 5, 2025, and can direct inquiries to Maurice Hawkins at maurice.l.hawkins.civ@us.navy.mil or by phone at 564-226-5421.
    T-AH Rudder and Pintle Sleeve
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of rudder stock bearing shaft sleeves and pintle stock bearing shaft sleeves, essential components for ship propulsion systems. This solicitation, numbered N3220525Q2234, requires compliance with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) standards, emphasizing the importance of quality and reliability in defense contracting. The anticipated delivery of these components is expected by July 25, 2025, at an MSC facility in Norfolk, Virginia, with quotes due by March 5, 2025. Interested parties can contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232 for further details.
    20--SCUTTLE,MARINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of marine scuttles under a total small business set-aside contract. This solicitation aims to acquire hardware manufacturing services specifically related to ship and marine equipment, which are critical for ensuring the operational readiness and safety of naval vessels. Interested vendors are encouraged to reach out with any questions via email to the designated buyer at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal. The procurement process emphasizes small business participation, aligning with federal initiatives to support emerging enterprises in the defense sector.
    25--DOOR,HATCH,VEHICLE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of vehicle hatch doors under a Combined Synopsis/Solicitation. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 332999, which pertains to all other miscellaneous fabricated metal product manufacturing. The hatch doors are critical components for vehicular equipment, ensuring operational readiness and safety. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS website.
    DECK GRATING & BATTEN
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to provide deck grating and spring-loaded battens through a combined synopsis/solicitation (RFQ 70Z04025Q60222Y00). The procurement aims to establish a Firm Fixed Price Purchase Order, with strict no-substitution rules for the specified items, which are critical for maintaining operational readiness and safety in maritime environments. Vendors must ensure delivery by September 22, 2025, to a designated address in Baltimore, MD, adhering to military packaging standards to prevent damage during shipment. Interested parties should contact SK2 Tyrone Johnson at TYRONE.W.JOHNSON@USCG.MIL or by phone at 571-613-2506 for further details and to submit their quotations, which will be evaluated based on compliance with order requirements, delivery timelines, and pricing.
    25--DOOR,HATCH,VEHICLE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of vehicle hatch doors, classified under the PSC code 25 for vehicular equipment components. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to fulfill specific requirements related to motor vehicle body manufacturing, as indicated by the NAICS code 336211. The goods are critical for maintaining operational readiness and safety in military vehicles. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    USNS ARCTIC BOOKCELLS
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of specialized cargo and tanker vessels under the solicitation N3220525Q2198. This opportunity involves a firm-fixed price purchase order with a required delivery date of May 19, 2025, at a location in Norfolk, Virginia. The vessels are critical for maritime operations, and the procurement process emphasizes technical capability and pricing competitiveness, ensuring compliance with federal regulations. Interested vendors must submit their quotes by 10:00 AM on February 25, 2025, and can direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.