USS CHUNG HOON DDG93 MOLD REMEDIATION
ID: N00024-23-C-4424-002-MOREMType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA
Timeline
    Description

    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is conducting market research to identify potential sources for mold remediation services in the Crew Washroom and Water Closet of the USS Chung Hoon (DDG 93), a DDG class ship. The procurement aims to assess industry capabilities, particularly focusing on small businesses, to fulfill the requirements outlined in the sources sought announcement. This initiative is crucial for maintaining the operational readiness and hygiene standards aboard naval vessels. Interested companies are encouraged to submit a notice of interest, including their business classification and capabilities, to the designated contacts, Jonathon Mata and Kelly Wang, by email, with a response limit of five pages. Further information will be available on the SAM.gov website, and no costs will be incurred by the government for responses to this announcement.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    USS CHUNG HOON DDG93 HES-C Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is conducting a sources sought announcement for the USS Chung Hoon DDG93 HES-C Upgrade, aimed at assessing industry capabilities for a shipcheck to support an HESC upgrade for a DDG class ship. The SWRMC is particularly interested in identifying small business capabilities and interest, with the applicable NAICS code being 336611 for Ship Building and Repairing. Interested companies are invited to submit a notice of interest, including company details and responses to specific questions regarding their business size and capabilities, to the designated contacts by email. For further information, companies can reach out to Jonathon Mata at jonathon.f.mata.civ@us.navy.mil or Kelly Wang at kelly.x.wang.civ@us.navy.mil, with submissions limited to five pages and treated as confidential.
    CGC SAGINAW - MOLD REMEDIATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for mold remediation services on the CGC SAGINAW. This service is typically used to remove and prevent the growth of mold on ships and marine equipment. The place of performance for this procurement is Mobile, AL, USA. Interested vendors are requested to submit an official quote, including labor cost per hour and materials breakdown, to Tyler Melton at tyler.k.melton@uscg.mil. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures.
    Chamber Ceiling Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the repair of a chamber ceiling as part of a combined synopsis/solicitation (N0017825Q6609). The procurement involves the supply and installation of materials for a retrofitted three-cell environmental chamber, which must meet specific technical and safety standards, including waterproof sealing and compliance with OSHA and CDC guidelines. This project is critical for maintaining operational integrity in a regulated environment, emphasizing the importance of precision and adherence to manufacturing standards. Proposals are due by October 21, 2024, at 12:00 a.m. EST, with an anticipated award date in October 2024; interested parties should contact Lamar Anderson at lamar.b.anderson@navy.mil or call 540-742-4132 for further inquiries.
    FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the FY25 USS HARPERS FERRY (LSD 49) Selected Restricted Availability (SRA). This procurement involves a comprehensive combination of maintenance, modernization, and repair services for the USS HARPERS FERRY, requiring a contractor with substantial facilities and resources capable of managing multiple areas of ship maintenance and repair. The contract will be awarded on a coast-wide basis on the West Coast, with a single contractor expected to fulfill the requirements outlined in the solicitation N00024-25-R-4422. Interested offerors should contact James Thomas at james.c.thomas118.civ@us.navy.mil or Brian Han at brian.s.han3.civ@us.navy.mil for access to necessary attachments and further details, while monitoring the PIEE/SAM.gov page for updates and amendments.
    Marine Mammal Boats
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from Historically Underutilized Business Zone (HUBZone) sources capable of providing Marine Mammal Boats as outlined in the Draft Statement of Work (SOW). The procurement aims to replace aging vessels used for marine mammal research and support the Naval Information Warfare Center's efforts in detecting and recovering underwater objects, thereby enhancing Navy security. Interested parties are required to submit a Capability Statement, including company details, business size, estimated pricing, and SBA HUBZone certification, by 3:00 PM PDT on October 29, 2024, to Contract Specialist Robert Soto at robert.soto76.civ@us.navy.mil. This opportunity is not a solicitation for proposals but a request for information to determine the appropriate acquisition method.
    45--COMMODE (HABITABILITY)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVSUP FLT LOG CTR PUGET SOUND is seeking to procure COMMODE. The COMMODE is intended for shipboard use and only authorized habitability material will be accepted. This acquisition is set aside for small businesses. Interested parties must express their interest and capability to respond to the requirement or submit proposals before the offer due date. The contract will be awarded as a Firm-Fixed Price, Supply type contract in accordance with FAR parts 12 and 13.5. The solicitation is expected to be posted on the NECO website on or about November 23, 2016, with proposals due by November 30, 2016. All responsible sources may submit a proposal. Prospective offerors are responsible for downloading the solicitation and monitoring the NECO website for any amendments. Electronic submission of proposals/quotes is not available at this time, but emailed completed solicitations are acceptable.
    CORROSION-PREVENTIVE COMPOUND
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply a corrosion-preventive compound, specifically 20 drums of NOX RUST 503, under solicitation number 70Z04025P60602Y00. This procurement is essential for protecting equipment by displacing water or saline solutions from corrodible surfaces, thereby ensuring the integrity and longevity of Coast Guard assets. Bidders must comply with military packaging standards and are required to deliver the product to Baltimore, MD, by November 1, 2024, with invoicing processed through the Invoice Processing Platform (IPP). Interested parties should contact Erica Perry at erica.l.perry@uscg.mil or Shannon Carter at shannon.r.carter@uscg.mil for further details, and must be registered on SAM.gov to participate in the bidding process.
    Water Testing & Treatment Service
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.
    FY25 LENTHALL ROH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY25 USNS LENTHALL Repair and Overhaul (ROH) project. This procurement is set aside for small businesses and involves non-nuclear ship repair services, as indicated by the NAICS code 336611 and PSC code J998. The project is critical for maintaining the operational readiness of naval vessels, ensuring they meet safety and performance standards. Interested parties should reach out to Nancy Bowers at nancy.bowers2@navy.mil or 804-479-4570, or Christopher Ward at christopher.s.ward1.civ@us.navy.mil or 757-443-5877 for further details regarding the solicitation.
    79--KIT,CLEANING,SHIP
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of cleaning kits specifically designed for ships, identified by NSN 7930016601605. The requirement includes a total quantity of 62 kits to be delivered to DLA Distribution San Joaquin within 114 days after order placement. These cleaning kits are essential for maintaining the cleanliness and operational readiness of naval vessels. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.