SELF-CONTAINED HAZMAT STORAGE CONTAINERS
ID: N00244-25-Q-S019Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Metal Can, Box, and Other Metal Container (Light Gauge) Manufacturing (33243)

PSC

SPECIALIZED SHIPPING AND STORAGE CONTAINERS (8145)

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 San Diego, is seeking qualified small businesses to provide self-contained hazardous material (HAZMAT) storage containers for Naval Base Coronado, specifically Building 1206. The procurement involves a firm-fixed price contract for a two-room container equipped with safety features such as explosion-proof air conditioners, fire-rated construction, and a fire suppression system, all compliant with local and federal regulations. This opportunity is critical for ensuring safe storage and management of hazardous materials at the facility. Interested vendors must submit their quotations electronically to Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil, with questions due three days prior to the solicitation close, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, Attachment N00244-25-Q-S016, is a Question and Answer (Q&A) log pertaining to Solicitation No. N00244-25-Q-S019, likely a Request for Quotation (RFQ) from the US Navy. The Q&A addresses several key aspects of the solicitation, including the size of the container requested (20ft), the acceptability of non-Eaton electrical components (specifically D Square) with third-party independent test lab approval for commercial structures, and the delivery logistics. The US Navy confirms that units from Safety Storage are acceptable and that delivery will be handled by the contractor, with offloading arranged by FLCSD through NAVFAC. The correct delivery address for all units is clarified as NASNI HAZMAT Compound 1206, Naval Air Station North Island, San Diego CA 92135, correcting a discrepancy with NAB Coronado. Finally, the US Navy confirms that equivalent products will be accepted in lieu of Eaton certification.
    This combined synopsis/solicitation, RFQ number N00244-25-Q-S019, is a Request for Quotations for Self-Contained HAZMAT storage containers for NAS North Island. It is a 100% small business set-aside, seeking responses from qualified small business concerns. The contract will be a single firm-fixed price commercial supplies contract awarded by Naval Supply Systems Command Fleet Logistics Center San Diego. Submissions must include a technical approach demonstrating compliance with Performance Work Statement requirements and proof of being an Eaton Certified/Authorized Technician/Contractor. Price quotes must be firm-fixed and detailed. Award will be based on the Lowest Price Technically Acceptable (LPTA) evaluation method, with technical acceptability evaluated first, followed by the lowest price among technically acceptable offers. Quotes must be submitted electronically to yesica.l.burrill.civ@us.navy.mil. Questions are due three days prior to the solicitation close.
    The document is a combined synopsis/solicitation for the procurement of self-contained HAZMAT storage containers at NAS North Island, issued as a Request for Quotations (RFQ) designated N00244-25-Q-S019. The acquisition is set aside exclusively for small businesses, adhering to FAR parts 12 and 13. The solicitation outlines requirements for submitting quotes, which must be provided in two volumes: Technical Approach and Price. Technical submissions must demonstrate compliance with the Performance Work Statement (PWS) and include proof of certification as an Eaton authorized technician. The Government evaluates offers using the Lowest Price Technically Acceptable (LPTA) method, where only technically acceptable quotes will be considered based on pricing and compliance with specifications. Quotes are to be submitted electronically, and contractors must remain informed of any solicitation amendments. This RFQ represents a standard federal procurement mechanism aimed at fulfilling specific logistical needs while promoting small business participation.
    This Statement of Work (SOW) outlines the procurement, delivery, and activation of one self-contained hazardous material (HAZMAT) storage container for Naval Base Coronado, Building 1206. The objective is to acquire a two-room container with specific dimensions, two explosion-proof air conditioners, electromagnetic door holds, and comprehensive safety features including a "2-Hour" fire-rated welded construction and a "3-hour" fire-rated UL Listed door with a complete vertical wall fire-rating. The container must meet County and City of San Diego off-site fabrication and electrical requirements, and Southern California Jurisdiction standards, and include product liability insurance. Key specifications include ADA-compliant fiberglass floor grating, LDPE sump liner, R20 insulation, stainless steel shelving, and a pre-engineered FM Approved & UL Listed Dry Chem Fire Suppression system meeting NFPA 17 requirements. The scope of work requires the contractor to provide a new, fully self-contained HAZMAT storage container with an integrated fire suppression system, ensuring compliance with DoD, NFPA, OSHA, and local/state regulations. The contractor is responsible for delivery to Naval Base Coronado, activation and testing of the fire suppression system, and providing technical documentation and training. Deliverables include a fully operational HAZMAT container with functioning fire suppression and AC, completed delivery and activation, written certification, and operation/maintenance manuals. All units must be delivered and activated on the day of delivery.
    The Statement of Work (SOW) outlines a procurement project for a self-contained hazardous material (HAZMAT) storage container at Naval Base Coronado. The primary objective is the delivery and activation of one fully operational HAZMAT container, equipped with advanced fire suppression systems and meeting regulatory standards (DoD, NFPA, OSHA, and local regulations). The specified container will feature a two-room configuration, with explosion-proof air conditioning and additional safety features such as a fume removal system and fire-rated construction. The contractor is responsible for providing the container, ensuring it meets stringent safety criteria, and performing activation and testing upon delivery. Required deliverables include the operational container, a certification of installation, and user manuals. All tasks must be completed on the day of delivery, with a point of contact identified for coordination. This RFP is part of the government's initiative to enhance safety and compliance in hazardous material storage, reflecting the commitment to ensuring secure operations within federal facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    81--CONTAINER,PORTABLE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of portable containers, specifically NSN 8145015883677. The requirement includes a quantity of three units to be delivered to the 0189 CS BN CO A Composite within 20 days after award. These containers are crucial for military logistics and operations, ensuring efficient packaging and transport of supplies. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    81--SUPPORT,SHIPPING AN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of shipping support containers, specifically NSN 8145015121015. The requirement includes the delivery of 10 units to the 0553 CS BN CO A Composite and 2 units to the 0123 CS BN CO A Distribution, both due within 10 days after order. These containers are crucial for the effective packaging and transportation of military supplies, ensuring operational readiness. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    Refer/Freezer Rental
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified vendors to provide rental services for cold (refrigerator box) and frozen storage (freezer box) units under Solicitation Number N3904026Q3042. This procurement is a Total Small Business Set-Aside, requiring a Firm Fixed Price contract in accordance with the attached Statement of Work, and is crucial for maintaining operational efficiency at the shipyard. Interested contractors must ensure compliance with Operation Security (OPSEC) requirements and submit their quotations by the specified deadline. For further inquiries, vendors can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.
    Rental/lease a Cold and frozen storage
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified vendors to provide rental services for cold and frozen storage units under Request for Quotation N3904026Q304A. The procurement involves a Firm Fixed Price contract for one refrigerator box and one freezer box, with a base period of 52 weeks and two additional option periods, emphasizing the need for adherence to specific technical specifications and maintenance responsibilities. This opportunity is crucial for ensuring the proper storage of sensitive materials, and it is set aside for small businesses, with quotes due by 3:00 PM EST on December 12, 2025. Interested vendors must submit their proposals via email and ensure they are registered in SAM.gov, while also complying with Operations Security requirements outlined for contractors at the shipyard.
    81--SUPPORT,SHIPPING AN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of shipping support containers, specifically NSN 8145015121015, under a total small business set-aside. The requirement includes the delivery of 10 units to the 0115 CS BN CO A DISTRIBUTION within 10 days after the order is placed, with an approved source identified as 54TC1 55297. These containers are crucial for military logistics and supply chain operations, ensuring the safe and efficient transport of materials. 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.
    FD2030-25-01285
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a Special Notice for the procurement of specialized shipping and storage containers, specifically identified by National Stock Number (NSN) 2145-00-887-1949OJ. The requirement includes the provision of shipping and storage solutions as detailed in the top drawing 6800399, with an expected revision date of January 7, 2025. These containers are critical for the logistics and storage needs of military operations, ensuring the safe and efficient handling of equipment and materials. Interested vendors should refer to the solicitation information for further details and are advised that quotes will be accepted once the solicitation has been approved by the contracting officer.
    (W16) Brand Name Mandatory for Procure EDS system
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and associated components. This procurement aims to acquire a system that includes a ship interface, water distribution system, and wheeled storage, which are critical for decontamination operations. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total budget not to exceed $350,000. Interested vendors must submit their quotes by January 5, 2026, to the designated contacts, Latrice Whitfield and Marlene Ridgell, via the provided email addresses.
    FUEL STORAGE TANK
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting offers for the procurement of a fuel storage tank, as outlined in Solicitation Number N4215826QE006. This opportunity is aimed at manufacturers within the Metal Tank (Heavy Gauge) Manufacturing industry, specifically for the provision of lubrication and fuel dispensing equipment. The successful contractor will be responsible for delivering the specified tank to Portsmouth, Virginia, which is critical for supporting naval operations. Interested vendors must submit their quotations via email to Michelle Augustus by December 10, 2025, at 12:00 PM, and are encouraged to review the attached solicitation documents for detailed requirements and compliance instructions.
    USS CANLEY Oily Waste Removal
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking qualified contractors for the removal of oily waste from the USS JOHN L. CANLEY (ESB-6) at Naval Base Pearl Harbor, Hawaii. The contractor will be responsible for identifying, handling, storing, transporting, and disposing of approximately 15,000 gallons of oily waste, which consists of about 5% oil (primarily diesel fuel and engine lube oil) and 95% fresh water, with no known hazardous materials present. This procurement is set aside for small businesses, with a firm-fixed price purchase order anticipated, and quotes are due by December 8, 2025, at 10:00 AM Pacific Time. Interested parties should contact Matthew Bruce at matthew.s.bruce5.civ@us.navy.mil or Rey Estrada at amador.r.estrada.civ@us.navy.mil for further details.
    Invitation to Bid for Non Ferrous Metals (gaylords/pallets) at Naval Base San Diego
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is inviting bids for the sale of non-ferrous metals located at Naval Base San Diego, California. This procurement involves various lots of scrap metals, including aluminum, brass, copper, and bronze, with specific estimated weights provided for each lot. The sale is part of the Navy Region Southwest Qualified Recycling Program, aimed at effectively managing and selling surplus materials to enhance resource recovery processes within federal operations. Interested bidders must submit their bids by 12:00 PM Pacific Time on January 16, 2025, and can direct inquiries to Carlos Rosas at 619-726-4040 or via email at cnrsw-qrp-sales@us.navy.mil.