Procurement request for procure customizable scaffolding to support LVST testing.
ID: N0016725Q0081Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

SCAFFOLDING EQUIPMENT AND CONCRETE FORMS (5440)

Set Aside

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

    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for customizable scaffolding to support LVST testing. This procurement is set aside for small businesses under NAICS code 532490 and aims to fulfill specific safety requirements for personnel working on a 38-foot test vehicle. The total estimated value of the scaffolding is approximately $230,000, with a delivery deadline of April 15, 2025, and quotes must be submitted by 11:00 AM on March 5, 2025. Interested vendors should contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or call 757-513-7247 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum outlines a Sole Source/Brand Name Justification for the acquisition of customized scaffolding valued at approximately $230,000 from Universal Manufacturing Corporation, necessitated by specific safety requirements for personnel working on a 38-foot test vehicle. Under the Federal Acquisition Regulation (FAR), the justification allows for solicitation from a single source due to unique proprietary design and compatibility with existing scaffolding, which prevents the interchangeability of components from different manufacturers. The urgency for timely delivery by May 1, 2025, and the substantial costs associated with re-procuring incompatible parts reinforce the need for this sole-source approach. The contracting officer certifies that the representation provided is accurate and approves this non-competitive procurement under authority granted by 10 U.S.C. 2304(c), legitimizing the absence of open competition for this requirement. The document emphasizes compliance with federal procurement regulations that aim to ensure efficient and cost-effective acquisitions.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is requesting quotes (RFQ N0016725Q0081) for customizable scaffolding to support LVST testing. This solicitation adheres to the Federal Acquisition Regulation (FAR) and is specifically set aside for small businesses, under NAICS code 532490. Interested vendors must submit their quotes and capabilities statements by 11:00 AM on March 5, 2025. Each submission should include the company's letterhead, pricing, CAGE code, shipping terms, point of contact, and GSA contract number if applicable. The evaluation criteria will focus on price and technical capability, aiming for the lowest price that is technically acceptable. The anticipated delivery date for the scaffolding is April 15, 2025, and all responses must meet specified terms and conditions, including clauses related to telecommunications and subcontracting. Additional guidance is provided for delivery logistics and payment processes. This procurement underscores the Navy’s commitment to collaborating with small businesses in fulfilling their operational needs while ensuring compliance with federal regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Naval Surface Warfare Center Carderock Divisions Equipment Maintenance Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified small businesses to provide preventive and corrective maintenance services for industrial machinery under a Blanket Purchase Agreement (BPA). The procurement aims to ensure operational integrity and efficiency by acquiring commercial off-the-shelf (COTS) services over a five-year period, starting in April 2025, with a total ceiling of $4.5 million and individual calls capped at $249,000. Interested vendors must submit pricing and capability statements by March 12, 2025, and can direct inquiries to David Crouch at 301-318-3929 or via email at David.w.crouch3.civ@us.navy.mil.
    Vehicle Lifting Assembly Weight Testing and Certification
    Buyer not available
    The Department of Defense, specifically the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for a firm-fixed-price contract to conduct proof testing and certification of fourteen vehicle lifting assemblies. Contractors are required to perform testing in accordance with NAVFAC P-307 standards, ensuring that the assemblies are certified at 125% of their rated capacity, and must be located within 60 miles of the designated government site in Williamsburg, Virginia. This procurement is crucial for maintaining safety and operational readiness within the Navy, emphasizing the importance of compliance with federal regulations and standards. Interested small businesses, particularly those owned by service-disabled veterans, economically disadvantaged women, and HUBZone participants, should direct inquiries to Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil, with bids due by the specified deadline outlined in the RFP.
    Engineering Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for an Engineering Services Blanket Purchase Agreement (BPA) aimed at supporting various engineering disciplines, including marine, mechanical, electrical, and naval architecture. Contractors will be responsible for providing essential services such as data delivery, testing, training, and incident analysis to ensure shipboard material readiness, with a total contract ceiling of $7,499,999.99 over a five-year period. This initiative underscores the government's commitment to maintaining high naval engineering standards and engaging small businesses in fulfilling these critical service needs. Interested vendors must submit their quotes by March 4, 2025, and direct any inquiries to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
    USNS SUPPLY Rescue Boat
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of a SOLAS winch kit and various screws and washers under solicitation number N3220525Q2212. This acquisition is critical for supporting naval operations and ensuring the safety and effectiveness of maritime activities. The anticipated contract will be a firm-fixed price purchase order, with delivery required by October 9, 2025, to a designated location in Norfolk, VA. Interested vendors must submit their quotes by 10:00 AM EDT on March 12, 2025, and are encouraged to contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further inquiries.
    NSWCPD - Bldg 77H Repair Pump Motor 1C
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the repair of Pump Motor 1C located in Building 77H, with a contract value estimated between $250,000 and $500,000. This project is set aside exclusively for small businesses and requires adherence to stringent safety and operational standards, as outlined in various supporting documents, including a Mobile Construction Equipment Checklist and Activity Hazard Analysis protocols. The successful contractor will be responsible for ensuring compliance with federal regulations while executing the repair work, which is critical for maintaining operational efficiency in government facilities. Proposals must be submitted by March 21, 2025, following a mandatory site visit in early March, and interested parties can contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil for further details.
    F/A-18 Aircraft Maintenance Stand, Full-Wrap
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals from small businesses for the construction and installation of a Full-Wrap Maintenance Stand for F/A-18 aircraft, as outlined in solicitation number N00244-25-R-0025. The stand must be lightweight, customizable, and compliant with OSHA safety standards, featuring removable guardrails, anti-slip surfaces, and storage solutions for tools and maintenance equipment, to facilitate efficient access to various aircraft components. This procurement is critical for enhancing naval aviation maintenance operations, ensuring safety and functionality in support of military readiness. Interested parties must submit their proposals by March 21, 2025, and can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or 619-556-9627 for further information.
    Procurement request for 3-Year blanket purchase agreement (BPA) for Tinius calibration services
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is issuing a Request for Quotes (RFQ) for a three-year blanket purchase agreement (BPA) to provide calibration services for Tinius Olsen equipment used in its Rubber Mechanical Test Laboratory located in West Bethesda, MD. The procurement aims to ensure compliance with ISO 10725 standards and maintain the proper functioning of various specified equipment, which is critical for accurate material testing in research and development activities. The selected vendor will be required to deliver annual calibration services and priority technical phone support, with a focus on small business participation as the procurement is set aside for small enterprises. Interested vendors must submit their capabilities, including pricing and necessary documentation, by March 3, 2025, with services expected to commence on March 7, 2025, and continue until March 6, 2028. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    Propulsor Devices Parts Machining
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for the machining of nickel aluminum bronze (NAB) parts for the VIRGINIA Class propulsor system. The procurement involves the fabrication of various NAB components using Government Furnished Materials (GFM), adhering to specified ASTM standards and technical drawings, with a focus on maintaining rigorous quality metrics throughout the manufacturing process. This contract is crucial for ensuring the operational readiness and reliability of naval propulsion systems, with a performance period extending until February 2027. Interested small businesses must submit their quotes by March 3, 2025, and direct any inquiries to Michael J. Bonaiuto at michael.bonaiuto@navy.mil, with a maximum employee limit of 550 under NAICS code 339999.
    NAWCAD WOLD - High Impact Shock Testing
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking proposals for High Impact Shock Testing of the AN/UPX-46(V) Identification Friend or Foe (IFF) System. The objective is to validate the system's performance under shock conditions that simulate shipboard environments, adhering to military standards outlined in MIL-DTL-901E. This testing is crucial for ensuring the operational readiness and resilience of the U.S. Navy's equipment. Interested contractors must submit their bids by February 27, 2025, and are required to provide detailed technical documentation, including a Test Procedure and Shock Test Report, with a total funding amount of $1,500,000 and a delivery timeline of 12 months. For further inquiries, contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or call 240-808-9150.
    54--BUILDING,SPECIAL PU
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of a special building (NSN 5410016857002). This solicitation is a Total Small Business Set-Aside, aimed at small businesses in the fabricated structural metal manufacturing industry, specifically under NAICS code 332312. The goods are intended for military use, highlighting their importance in supporting troop operations and infrastructure. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and inquiries can be directed to the DLA at DibbsBSM@dla.mil. The deadline for quote submission is 120 days after the award date.