Chamber Ceiling Repair
ID: N0017825Q6609Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS (Z2EZ)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the repair of a chamber ceiling as part of a combined synopsis/solicitation (N0017825Q6609). The procurement involves the supply and installation of materials for a retrofitted three-cell environmental chamber, which must meet specific technical and safety standards, including waterproof sealing and compliance with OSHA and CDC guidelines. This project is critical for maintaining operational integrity in a regulated environment, emphasizing the importance of precision and adherence to manufacturing standards. Proposals are due by October 21, 2024, at 12:00 a.m. EST, with an anticipated award date in October 2024; interested parties should contact Lamar Anderson at lamar.b.anderson@navy.mil or call 540-742-4132 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the specifications and technical drawings for a 9462 triple chamber system, intended for use in a regulated environment. It provides comprehensive dimensions, including total internal measurements (length: 155.00 inches, width: 108.00 inches, height: 98.00 inches) and usable internal space, defining areas available without obstructing chamber components like plenums and blowers. The four sheets of plans illustrate various sections (A-A, B-B, C-C, D-D) and specific components such as control stations, side doors, and blowers with corresponding measurements. The chamber's confidentiality and proprietary status are noted, with references to additional documentation for modeling and assembly guidelines. The meticulous detail outlined signifies the importance of adherence to geometric tolerancing and manufacturing standards, essential in government grants or RFP contexts that often emphasize compliance and precision. Overall, the document serves as a technical foundation for bids or grants involving specialized chamber systems, highlighting rigorous standards and operational parameters necessary for potential contractors and manufacturers.
    The document is a combined synopsis/solicitation (N0017825Q6609) issued by the Naval Surface Warfare Center Dahlgren Division for a Sole Source procurement intended for Venturedyne, LTD dba Thermontron Industries. The NAICS code is 334513, and the solicitation pertains to the repair or alteration of industrial buildings. Proposals are requested, with an anticipated award date in October 2024, while the due date for proposals is set for October 21, 2024, by 12:00 a.m. EST. Key points include the requirement that the solicitation is not open to small business set-asides, and offers must include specific representations as outlined in FAR provisions. The selection will be based on the Lowest Price Technically Acceptable criteria. All offerors should be registered in the System for Award Management (SAM) to qualify. The announcement indicates no written solicitation will be issued beyond this synopsis and encourages inquiries via email regarding the solicitation, emphasizing the necessity of adherence to the outlined terms and conditions in any submitted offers. This document reflects the procedural norms of government contracting and the efficiency measures to avoid duplicative costs with alternate vendors.
    The document outlines a Request for Proposal (RFP) for the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) concerning the installation of ceiling panels in a retrofitted three-cell environmental chamber capable of extreme temperature operations. The contractor is tasked with supplying and installing materials, ensuring waterproof sealing, and completing the work within 180 days of the order. The proposal includes technical specifications, safety guidelines per OSHA and CDC, and requirements for government-furnished equipment. It emphasizes contractor obligations for securing work areas, protecting government property, and proper waste disposal. Communication with government representatives is crucial for coordinating material shipments and addressing any needs for additional services. The document incorporates numerous procedural requirements, referencing FAR clauses and stipulations regarding electronic invoicing through the Wide Area Workflow system, ensuring compliance with federal regulations. Additionally, it establishes guidelines on unique item identification for tracking delivered materials, reflecting the government's commitment to transparency and accountability in procurement processes.
    Lifecycle
    Title
    Type
    Chamber Ceiling Repair
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    COMPETITIVE –TEMPERATURE CHAMBER
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the procurement of multiple military-grade temperature chambers under solicitation number N0016425Q0007. The requirement includes temperature chambers that meet specific safety and performance specifications, including models with safety upgrades and fire suppression capabilities. These chambers are critical for various military applications, ensuring that equipment can be tested under controlled temperature conditions. Proposals are due by October 21, 2024, at 12:00 AM Eastern Time, and interested vendors must contact Cassidy Shaw at cassidy.k.shaw.civ@us.navy.mil for further details and to submit their offers.
    Building Supply
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.
    AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses for the refurbishment of AN/SLQ-32(V)6 antenna shelter structures. This procurement involves mechanical refurbishment, including disassembly, abrasive blasting, coating, reassembly, and production of aluminum components, with a tiered approach to pricing and varying levels of refurbishment. The contract is anticipated to be a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) with a minimum of one and a maximum of 125 shelter sets to be delivered within 6 to 12 months after award. Interested parties should contact Clayton Raber at clayton.l.raber.civ@us.navy.mil or 812-381-3553, with the solicitation expected to be issued on November 18, 2024, and closing on December 17, 2024, at 4:00 PM EDT.
    B1470 Flooring
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for the procurement of flooring materials, specifically ShawContract and Powerhold manufactured products, under solicitation N001782Q6966. The requirement includes the supply of Peto II tiles and universal high tack adhesive, which must be delivered to Dahlgren, Virginia, ensuring compatibility with existing flooring used in recent renovations to avoid construction delays. Interested vendors must submit their quotes by October 25, 2024, with the award anticipated by September 30, 2024. For inquiries, contact Karen Major at 540-742-8863 or via email at karen.l.major7.civ@us.navy.mil.
    59--DDM MODULE ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of DDM Module Assembly. This contract requires the manufacture and quality assurance of the DDM Module Assembly, which is critical for various defense applications, ensuring operational readiness and reliability. The solicitation has been extended, with a new deadline for proposals set for May 10, 2024, and interested vendors must comply with specific FAR and DFARS clauses. For further inquiries, potential bidders can contact Christian Spangenberg at 717-605-5192 or via email at CHRISTIAN.D.SPANGENBERG2.CIV@US.NAVY.MIL.
    USS CHUNG HOON DDG93 MOLD REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is conducting market research to identify potential sources for mold remediation services in the Crew Washroom and Water Closet of the USS Chung Hoon (DDG 93), a DDG class ship. The procurement aims to assess industry capabilities, particularly focusing on small businesses, to fulfill the requirements outlined in the sources sought announcement. This initiative is crucial for maintaining the operational readiness and hygiene standards aboard naval vessels. Interested companies are encouraged to submit a notice of interest, including their business classification and capabilities, to the designated contacts, Jonathon Mata and Kelly Wang, by email, with a response limit of five pages. Further information will be available on the SAM.gov website, and no costs will be incurred by the government for responses to this announcement.
    DSCR B46 Window Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the DSCR B46 Window Repair project at the Defense Supply Center Richmond in Virginia. The project involves the removal and replacement of exterior window seals, inspection, and caulking to prevent water leaks, with a total of approximately 35,000 linear feet of gasket material and 2,000 linear feet of caulking required. This procurement is critical for maintaining the integrity of the facility and preventing further interior damage, with a firm-fixed price contract expected to be awarded to the lowest priced, technically acceptable offeror within a 120-mile commutable radius of the facility. Interested small businesses must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with a maximum completion timeline of 125 days from the notice to proceed. For further inquiries, contact Nic Mace at Nicholas.Mace@dla.mil or call 804-279-2235.
    Pre-solicitation Synopsis/Notice for a 16 cubic foot Temperature Chamber
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is preparing to solicit proposals for the procurement of six 16 cubic foot Environmental Temperature Chambers for the Defense Supply Center Columbus (DSCC) in Ohio. These chambers must meet stringent technical specifications, including a temperature range of -70°C to +190°C, precise temperature stability, rapid heating and cooling capabilities, and features such as remote monitoring and safety alarms. The chambers are critical for maintaining rigorous testing environments at the DSCC's Product Test Center, ensuring compliance with operational standards essential for evaluation processes. Interested contractors should note that a formal solicitation will be issued at a later date, and they can contact Shaun Bunnell at Shaun.Bunnell@dla.mil or 614-692-7712 for further information.
    Pre-solicitation Synopsis/Notice for a 32 cubic foot Temperature Chamber
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is preparing to solicit proposals for the acquisition of three 32 cubic foot Environmental Temperature Chambers for the Defense Supply Center Columbus (DSCC) in Ohio. The chambers must meet stringent technical specifications, including a temperature range from -70°C to +190°C, temperature stability of ±1°C, and features such as a user-friendly color touch screen controller and safety measures for temperature protection. These chambers are critical for testing and evaluation processes within the DLA Land and Maritime Product Test Center, ensuring reliable performance under various environmental conditions. Interested vendors should note that a formal solicitation will be issued at a later date, and for inquiries, they can contact Shaun Bunnell at Shaun.Bunnell@dla.mil or by phone at 614-692-7712.
    Modify DOAS to Provide Dehumidification B4311 & B4313
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the modification of the Dedicated Outside Air System (DOAS) to enhance dehumidification capabilities at Marine Corps Air Station Cherry Point, North Carolina. This project specifically targets Buildings 4311 and 4313, aiming to improve HVAC performance and humidity control while minimizing disruption to ongoing operations. The estimated cost for this procurement ranges from $500,000 to $1,000,000, with a completion timeline of 210 calendar days post-award. Proposals must be submitted electronically by November 7, 2024, and interested contractors should direct inquiries to Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.