ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

SELF-CONTAINED HAZMAT STORAGE CONTAINERS

DEPT OF DEFENSE N00244-25-Q-S019
Response Deadline
Aug 16, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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.

Classification Codes

NAICS Code
33243
Metal Can, Box, and Other Metal Container (Light Gauge) Manufacturing
PSC Code
8145
SPECIALIZED SHIPPING AND STORAGE CONTAINERS

Solicitation Documents

5 Files
Statement of Work.pdf
PDF149 KBAug 4, 2025
AI Summary
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.
COMBINED SYNOPSIS.pdf
PDF126 KBAug 4, 2025
AI Summary
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.
COMBINED SYNOPSIS.pdf
PDF126 KBAug 13, 2025
AI Summary
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.
Statement of Work.pdf
PDF149 KBAug 13, 2025
AI Summary
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.
4.02 Attachment -Q&A Government Responses.xlsx
Excel20 KBAug 13, 2025
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 4, 2025
amendedLatest AmendmentAug 13, 2025
deadlineResponse DeadlineAug 16, 2025
expiryArchive DateAug 30, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR SAN DIEGO

Point of Contact

Name
Yesica Lorena Burrill

Place of Performance

San Diego, California, UNITED STATES

Official Sources