Thaw Cabinet
ID: N6883625Q0072Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

FOOD PRODUCTS MACHINERY AND EQUIPMENT (3605)

Set Aside

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

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking proposals for the procurement of a Cospolich Modular Thaw Cabinet, specifically designed for use at Naval Station Mayport in Florida. The requirement emphasizes a brand-name specification for a 304 stainless steel cabinet equipped with electronic controls and safety compliance features, along with associated shipping services. This modular thaw cabinet is crucial for food safety and operational efficiency within naval operations. Interested vendors, particularly small businesses, are encouraged to reach out to Laura Martinez at laura.a.martinez10.civ@us.navy.mil or Chelsea McNeely at chelsea.n.mcneely.civ@us.navy.mil for further details regarding the solicitation, which is set aside for total small business participation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a compilation of federal and state/local RFPs (Requests for Proposals) and grant opportunities. Its primary purpose is to inform potential applicants about available funding and project outlines to foster engagement and proposals in various sectors. The document emphasizes the application process, eligibility criteria, and deadlines, encouraging participation from organizations across different levels of government, non-profits, and other stakeholders. Key points include a wide range of funding opportunities designated for projects that align with federal and state objectives, such as public health, infrastructure, and environmental initiatives. Each RFP or grant includes specific guidelines for submission, addresses the expected outcomes, and outlines the criteria for evaluation. The document reflects a structured approach to enhancing collaboration between various government entities and community partners through financial support. The primary focus is to ensure that the initiatives are effectively communicated to potential proposers to improve the quality and quantity of responsive applications, aligning initiatives with local and national priorities while ensuring regulatory compliance and strategic resource allocation.
    The document appears to be a highly compromised or corrupted file related to federal government requests for proposals (RFPs) and grants. It lacks coherent information or a discernible structure, making it challenging to extract meaningful insights. However, the overall intention seems to pertain to government contracts and funding opportunities for various projects. Despite the corruption, the file hints at sectors involved in government grants, possibly encompassing infrastructure development or community services. It likely serves as a reference or announcement for organizations and agencies aiming to secure funding through formal proposal submissions. The fragmented nature of the content implies the need for careful compliance with guidelines set forth by governmental bodies, although specific details remain elusive. This document underlines the significance of clear communication and organization in government-related contexts, particularly in relation to facilitating efficient funding processes and project management. Its unassessable condition highlights the potential operational risks associated with handling sensitive governmental documents in a digital age.
    The document outlines a federal acquisition solicitation (N6883625Q0072) for a modular thaw cabinet needed by the Naval Station Mayport. The contractor must provide a 304 stainless steel cabinet with specific features, including dimensions, electronic controls, and safety compliance. Two main items are solicited: the thaw cabinet and associated shipping services. Subsequent sections detail delivery logistics, including location, schedule, and inspection protocols, and highlight important identification systems such as the Defense Biometric Identification System (DBIDS) for contractor access to military facilities. Clauses relevant to the contract are listed, emphasizing compliance with government regulations, representation requirements, and the prohibition of certain telecommunications equipment. Finally, the document emphasizes maintaining appropriate certifications and compliance with various legal standards, ensuring that responsible parties comprehend obligations related to labor and environmental concerns. This solicitation underscores the government's commitment to procuring goods through competitive and transparent processes while ensuring adherence to regulations that protect veterans and promote small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Thaw Cabinet
    Currently viewing
    Presolicitation
    Similar Opportunities
    NOI to Sole Source
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, intends to issue a sole source award to DW Boyd Corporation for the Insinger Model No. 45SA-5F2, utilizing simplified acquisition procedures. This procurement is aimed at acquiring kitchen equipment and appliances, specifically categorized under the NAICS code 333310, which pertains to Commercial and Service Industry Machinery Manufacturing. The equipment is essential for supporting naval operations and ensuring efficient logistics within the fleet. Interested parties are encouraged to respond in writing with evidence of their capability to provide comparable items, as this notice serves informational purposes only and does not constitute a request for proposals. For further inquiries, interested vendors may contact Jessica Harrison at jessica.l.harrison18.civ@us.navy.mil or Chelsea McNeely at chelsea.n.mcneely.civ@us.navy.mil.
    Flammable Lockers
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Jacksonville, is seeking to procure three flammable storage lockers to enhance safety at the DFSP Northside Fuels Testing Laboratory in Jacksonville, Florida. The lockers must meet specific requirements, including dimensions of 60 gallons, self-closing double doors, two shelves, and construction from durable 18-gauge 304 brushed stainless steel, ensuring compliance with safety regulations for hazardous materials storage. This procurement reflects the government's commitment to maintaining safe working conditions by addressing the current inadequacies in storage for sample containers from multiple sites. Interested vendors can reach out to Tristan McElhinney at tristan.s.mcelhinney.civ@us.navy.mil for further details regarding this opportunity.
    6640--GNV/JAX/VIL Laboratory Grade Refrigerators 36C24825Q0482
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to supply various medical-grade refrigerators for the Pharmacy Service at the Lake City VA Medical Center in Florida. The procurement includes four three-door refrigerators, two two-door refrigerators, one additional two-door refrigerator, and one 12 cubic feet one-door refrigerator, all essential for maintaining the integrity of pharmaceutical products. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the Product Service Code 6640 and NAICS Code 339113. Interested contractors must submit their responses by March 18, 2025, at 4:30 PM Eastern Time, and can contact Contract Specialist Jeremy Parrish at Jeremy.Parrish@va.gov or by phone at 352-283-9220 for further details.
    41--ICE MAKING MACHINE,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of ice-making machines, specifically under the solicitation for National Stock Number (NSN) 4110013738045. The requirement includes a total of 21 units to be delivered to various locations, with specific quantities allocated to each site, all to be completed within 30 days after the order is placed. These machines are crucial for maintaining food safety and operational efficiency in military settings, highlighting their importance in logistical support. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    28--COOLER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 8 units of a flight-critical cooler, identified by NSN 0Q-2840-016666864-B8. The procurement requires that only approved sources may submit proposals, as the Government does not possess sufficient data to purchase this item from other than the current sources, necessitating Government source approval prior to contract award. This item is crucial for operational readiness, and interested vendors must provide detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures to be considered for the award. For inquiries, potential bidders can contact Charles F. Horan at (215) 697-1303 or via email at CHARLES.F.HORAN4.CIV@US.NAVY.MIL.
    J069 - SWSC Hatch Install
    Buyer not available
    The Department of Defense, through the Naval Supply Logistics Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for a firm fixed price contract focused on hatch installation support services at the Cold Iron Trainer of the Surface Warfare Engineering School Command in Great Lakes, Illinois. The project entails the replacement and installation of hatches, requiring compliance with safety standards, including cutting and welding of steel plates, while ensuring minimal disruption to training operations. This initiative is critical for maintaining a safe and functional training environment, emphasizing adherence to OSHA and NAVOSH safety protocols, and the involvement of local support contractors through the AbilityOne Program. Interested small businesses must submit their quotes and supporting documentation to Tierra Watson at tierra.k.watson.civ@us.navy.mil by March 17, 2025, at 12:00 PM, following the amendment to the original solicitation.
    Food Mess Attendant Services, SUBASE Kings Bay, GA
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking qualified contractors to provide Food Mess Attendant Services at Naval Submarine Base Kings Bay, Georgia. The procurement involves managing dining facilities, staffing, food preparation, and cleanup across various galleys on the base, with contractors required to conduct a site visit prior to proposal submission to ensure compliance with military standards. This opportunity is critical for maintaining high-quality food service operations within a military context, emphasizing security, employee qualifications, and adherence to sanitation protocols. Interested parties should contact Kimberley Sanders at kimberley.a.sanders.civ@us.navy.mil or Laura Donson at laura.j.donson.civ@us.navy.mil for further details, noting that this is a Total Small Business Set-Aside under NAICS code 722310, with proposals due following the presolicitation notice.
    73--DISHWASHING MACHINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a dishwashing machine, specifically NSN 7320015377917. The requirement includes the delivery of one unit to the USS Hershel Williams T-ESB 4 within 30 days after award, with the approved source being GALLEYMASTER 135-LH-E W/UL. This procurement is crucial for maintaining operational efficiency in food preparation and serving environments aboard naval vessels. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    81--SHIPPING AND STORAG, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the shipping and storage related to the repair and modification of specialized containers. This procurement aims to secure services that will ensure the effective handling and preservation of military equipment and materials, which are critical for operational readiness. The goods and services sought are vital for maintaining the integrity and functionality of specialized shipping and storage containers, classified under the NAICS code 332439 and PSC code 8145. Interested vendors can reach out to Patrick Horan at 215-697-0275 or via email at PATRICK.J.HORAN1@NAVY.MIL for further details regarding the solicitation process.
    16--ANTI-ICE SHUTOFF VA, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the Anti-Ice Shutoff system, identified by NSN 7R-1680-016285776-P8, with a quantity of 51 units required. This procurement is critical for maintaining operational readiness and safety in aircraft operations, as the Anti-Ice Shutoff system plays a vital role in preventing ice formation on aircraft components. Interested vendors should note that the government intends to solicit and negotiate with only one source under FAR 6.302-1, and proposals must be submitted within 45 days of this notice, with contact Thomas S. McLaughlin available for inquiries at (215) 697-2486 or via email at THOMAS.S.MCLAUGHLIN7.CIV@US.NAVY.MIL.