Roller Curtain Door
ID: N5005425Q0202Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMID ATLANTIC REG MAINT CTRNORFOLK, VA, 23511-2124, USA

NAICS

Ship Building and Repairing (336611)

PSC

MARINE HARDWARE AND HULL ITEMS (2040)

Set Aside

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

    The Department of Defense, specifically the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified small businesses to supply a motor-operated stainless steel roller curtain door for the USS OAK HILL LSD-51. The procurement requires the delivery of one unit with specific dimensions of 11 feet by 13 feet 6 inches, to be completed by July 25, 2025, with shipping costs included in the proposal. This contract is critical for maintaining operational readiness and safety standards within naval operations. Interested vendors must submit their proposals by December 20, 2024, and can direct inquiries to Erica Crandall at erica.collins1@navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil.

    Files
    Title
    Posted
    The Statement of Work (SOW) for the USS OAK HILL LSD-51 outlines the requirements for supplying and delivering a motor-operated stainless steel roller curtain door to DLA Distribution Norfolk, VA. The contract specifies that one unit meeting the designated characteristics, including a clear opening size of 11 feet by 13 feet 6 inches, must be delivered by July 25, 2025, or sooner. The delivery address is provided along with the contact details for the accepting official. Shipping terms are designated as FOB Destination, with inspection and acceptance occurring upon arrival. The proposal must include shipping costs in the quote. This document highlights the precise needs and timelines for military procurement, focusing on compliance with specified technical and quality standards, which is critical in government contracting processes.
    The DD Form 2345 is a document required for entities seeking access to militarily critical technical data from the U.S. and Canadian governments. The form serves as a Militarily Critical Technical Data Agreement, establishing the legitimacy of the contractor while ensuring compliance with U.S. and Canadian export control regulations. The form collects essential information, including the type of submission (initial, revision, or renewal), name and address of the enterprise, contact details for the data custodian, the nature of business activities, and certifications regarding citizenship status and eligibility to handle sensitive data. Key certifications include acknowledgment of export control laws and assurances that personnel involved are eligible and have not violated relevant regulations. Signatures from authorized individuals validate the information, which, once accepted, assigns a certification number valid for five years. This form is crucial for contractors involved in defense-related projects as it governs their eligibility to access sensitive technical data, thus facilitating proper governance and security in defense contracting. Overall, the form underscores the importance of compliance in handling sensitive information within the context of government RFPs and contracts.
    The document provides specific instructions for completing the DD Form 2345, the Militarily Critical Technical Data Agreement, necessary for accessing Department of Defense (DoD) unclassified export-controlled technical information. It outlines mandatory submission requirements, including corporate registration in the System for Award Management (SAM), possession of a DUNS number, and designated roles for a Data Custodian. The agreement mandates compliance with various export regulations and confirms that access to sensitive information is restricted to qualified personnel. Applicants must detail their business activities, citizenship status, and justification for needing the certification, which is essential for participating in DoD solicitations, attending conferences, and obtaining technical data. Additionally, an Export Control Compliance training is required prior to certification. The document highlights that American and Canadian vendors must adhere to respective export laws and provides guidance on submitting the form electronically. The JCP certification, valid for five years, serves as a means for both U.S. and Canadian entities to ensure legal access to export-controlled information for legitimate business purposes, such as government contracts and research projects.
    The document outlines the Federal Acquisition Regulation (FAR) clauses that contractors must comply with for contracts involving commercial products and services. It specifies mandatory clauses to implement legal provisions or Executive Orders, covering topics such as prohibitions on contracts with entities engaged in certain activities (e.g., Kaspersky Lab or ByteDance), requirements for accelerated payments to small business subcontractors, and necessary labor standards. Additionally, it highlights clauses related to small business participation, equal opportunity provisions, and security requirements. A separate section addresses compliance with clauses applicable specifically to commercial services. The document also emphasizes the rights of the Comptroller General to examine records related to the contract. Importantly, it details the flow-down requirements for subcontractors, mandating that certain clauses be included in subcontracts involving commercial products or services. The guidance reinforces the government's commitment to promoting ethical business practices, protecting workers' rights, and ensuring compliance with applicable laws while facilitating equitable access to contracting opportunities, especially for small businesses.
    The document outlines the Offeror Representations and Certifications for commercial products and services, which are mandatory for submissions in federal RFP processes. Offerors may complete their representations through the System for Award Management (SAM) or provide specified sections directly if not electronically filed. Key components include definitions of business classifications such as small businesses, women-owned, veteran-owned, and service-disabled veteran-owned small businesses, emphasizing certifications based on ownership and control criteria. Additional sections include a declaration of compliance with various federal regulations, the Buy American Act, certifications regarding workplace conditions, and denial of engagement in forced child labor. The representations also pertain to the legality of operations concerning Sudan and technologies related to Iran. The document ensures offerors disclose their corporate structure, tax obligations, and any involvement in restricted businesses, indicating a focus on transparency and regulatory adherence in federal contracting. This framework is essential for maintaining compliance and governance in the procurement process.
    The document is a combined synopsis/solicitation for a procurement process led by the Mid-Atlantic Regional Maintenance Center (MARMC), seeking qualified vendors to supply new Roller Curtain Doors, as specified in the attached Statement of Work (SOW). The solicitation, noted under RFQ number N5005425Q0202, outlines requirements for submission, emphasizing that vendors must provide both a technical capability statement and a price quote. Offers must demonstrate compliance with all specifications and require a complete and active registration in the System for Award Management (SAM). The bidding is exclusively open to small businesses, with a required delivery date by July 25, 2025. Proposals must be submitted by December 20, 2024, with questions directed to the designated point of contact. Evaluation will be based on the best value, considering both technical acceptability and price reasonableness. Contractors must also comply with various federal acquisition regulations and confirm they do not utilize prohibited telecommunications equipment. Overall, this solicitation reflects the structured approach of federal procurement processes, emphasizing transparency, competition, and compliance in awarding contracts for government needs.
    Lifecycle
    Title
    Type
    Roller Curtain Door
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    18 ftx13 ft Duracoil Rolling Steel Door
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an 18 ft by 13 ft Duracoil Rolling Steel Door. This requirement falls under the Combined Synopsis/Solicitation notice type and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the Metal Window and Door Manufacturing industry. The rolling steel door is a critical component for building security and functionality, and the procurement is classified under the Building Components, Prefabricated category. Interested vendors should reach out to Teri Street at teri.j.street.civ@army.mil or (520) 674-0139, or Joy Davis at joy.l.davis18.civ@army.mil or (315) 772-9900 for further details.
    20--DOOR,METAL,MARINE S
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a metal marine door, specifically NSN 2040016841154. The requirement includes a quantity of one unit to be delivered to the Southwest Regional Maintenance Center, with a delivery timeline of five days after award. This procurement is crucial for maintaining marine equipment, ensuring operational readiness and safety in naval operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    39--CABLE ROLLER ASSEMB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of Cable Roller Assemblies through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to fulfill specific design and quality requirements for these assemblies, which are critical components used in overhead traveling crane systems. Interested contractors must ensure compliance with various inspection and quality assurance standards, with a delivery timeline of 379 days for the initial line item. For further inquiries, potential bidders can contact Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    MATERIALS REQUESTED ARE ESSENTIAL FOR PROPER FUNCTIONALITY OF THE 11M RHIB DAVIT USS BOXER
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking procurement of essential materials for the proper functionality of the 11M RHIB Davit aboard the USS Boxer. This solicitation includes various supplies, such as roller lever limit switches and Modbus/Ethernet gateways, which are critical for the operational readiness of the vessel. The contract is categorized as a Firm Fixed Price Supply type, emphasizing the importance of small business participation in the procurement process. Interested suppliers must submit their quotations by 1:00 PM on February 13, 2025, and can contact Leliza G. Sarino at leliza.g.sarino2.civ@us.navy.mil or by phone at 619-556-7742 for further details.
    Sliding Block USNS Washington Chambers
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the procurement of mechanical power transmission equipment, specifically roller cottered chains and connectors, for marine applications aboard Navy vessels. This acquisition is critical for the safety and operational capability of the sliding pad eyes on T-AKE ships, with a total delivery requirement set for September 30, 2025, at a designated location in San Diego, California. The procurement is justified under limited competition due to proprietary rights and the specialized nature of the equipment, with an anticipated total value of $113,267.50. Interested vendors must submit their quotes via email by 10:00 AM on February 14, 2025, adhering to the specified submission guidelines, and can contact James Parker at james.parker5@navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil for further information.
    20--WINDOW,MARINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a marine window, specifically NSN 2090015422912. The requirement includes a quantity of one unit to be delivered to SRF and JRMC Yokosuka within five days after the award date. This procurement is crucial for maintaining operational capabilities in naval vessels, as the marine window is a vital component of ship and marine equipment. Interested vendors are encouraged to 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.
    20--WINDOW,MARINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a marine window, specifically NSN 2090015422855. The requirement includes a quantity of one unit to be delivered to SRF and JRMC Yokosuka within five days after the award date. This procurement is critical for maintaining operational readiness and functionality of marine vessels, as the window is a key component of ship and marine equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    MECHANISM MOTOR OPERATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of a Mechanism Motor Operator, specifically NSN 6105-007696106, under a firm-fixed price contract. This critical application item is restricted to an approved source, L3Harris Maritime Power & Energy (CAGE 30086), and requires engineering source approval for any alternate offers, which must include a complete data package for evaluation. The estimated quantity for this procurement is 19 units, with delivery expected within 600 days after the order, and the solicitation will be available approximately on January 27, 2025. Interested parties can contact Helen Davis at helen.davis@dla.mil for further information.
    20--ARM ASSEMBLY,ROLLER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of roller arm assemblies, classified under the NAICS code 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The solicitation aims to fulfill specific requirements for ship and marine equipment, emphasizing the importance of these components in maintaining operational readiness and efficiency within military logistics. Interested vendors are encouraged to direct any inquiries regarding this solicitation to the designated buyer via email at DibbsBSM@dla.mil, with further details available through the DLA's solicitation portal. The timeline for submissions and additional requirements will be outlined in the solicitation document.
    20--DOOR,METAL,MARINE S
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of metal marine doors, classified under the PSC code 20. This solicitation is set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 guidelines, emphasizing the government's commitment to promoting diversity in federal contracting. The metal marine doors are essential components for various naval applications, ensuring durability and reliability in maritime environments. 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.