RADIO FREQUENCY SHIELDING SUSPENDED CEILING GRID PRODUCTS FOR RENOVATIONS TO BUILDING A-4082 NAVAL AIR STATION KEY WEST, FLORIDA
ID: N6945025RKWRFType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking information from vendors regarding commercially available radio frequency shielded suspended ceiling grid products for renovations at Building A-4082, Naval Air Station Key West, Florida. The primary objective is to identify products that meet specific technical requirements, including the ability to accommodate acoustical panels, LED lighting fixtures, and HVAC components, while adhering to NSA 94-106 standards. This procurement is crucial for enhancing secure environments in government facilities, ensuring compliance with federal safety standards. Interested vendors must submit a capabilities statement package, including company information and technical requirements, by 14:00 Eastern Time on April 17, 2025, to the designated contacts, Delcheia Turner and Lindsay Betteridge, via email.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 4:05 PM UTC
The document outlines the Company Information form for responses to federal Sources Sought No: N6945025RKWRF. It serves as a preliminary step for firms interested in government contracts, requiring companies to provide essential details such as names, contact information, NAICS codes, CAGE codes, size preferences (e.g., small business, woman-owned), and employee statistics. Companies must also indicate whether they plan to compete as a prime contractor, subcontractor, or in a joint venture. Additionally, respondents must confirm their registration in the System for Awards Management (SAM) database and provide bonding capacity information, including surety details and financial limits for projects. This structured approach facilitates collection and evaluation of company qualifications for potential contract awards, emphasizing compliance with federal procurement requirements and enhancing the efficiency of the sourcing process.
Apr 3, 2025, 4:05 PM UTC
The document details a federal government request for commercially available radio frequency (RF) shielded suspended ceiling grid shielding products. The primary requirement is for vendors to provide descriptions of 2x2 or 2x4 suspended ceiling systems that can accommodate acoustical panels, LED lighting fixtures, and HVAC components, all designed and manufactured by the vendor. Performance must meet NSA 94-106 standards. Vendors are asked to supply a portfolio of four to six relevant installations from the past five years, including customer contacts and project specifics like locations, contract numbers, and values. This RFQ seeks qualified providers to enhance infrastructure for secure environments, indicating a focus on ensuring safety and compliance with federal standards in government buildouts or upgrades.
Similar Opportunities
EMI Chamber
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of an Electromagnetic Interference (EMI) Shielded Chamber, along with optional components such as a shielded ante-room and RF absorbers. The primary objective is to enhance electromagnetic compatibility (EMC) and EMI testing capabilities, with specific requirements outlined in the Statement of Work, including dimensions of 27’x 16’x 12’, low-EMI LED lighting, and compliance with OSHA and CDC guidelines. This procurement is critical for advancing military testing environments and ensuring regulatory compliance, with proposals due by May 5, 2025, and an anticipated award date by June 1, 2025. Interested parties should contact Susan Madison at susan.h.madison.civ@us.navy.mil or call 540-613-3296 for further information.
Building Supply
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.
Acoustic panels
Buyer not available
The U.S. Army Contracting Command – New Jersey is conducting market research to identify potential vendors capable of supplying Acoustic Wall Panels for sound dampening in a large Atrium facility at Picatinny Arsenal, New Jersey. The requirement involves providing panels suitable for an Atrium measuring 45 feet wide, 55 feet deep, and 56 feet tall, aimed at enhancing the acoustic environment within the space. This sources sought notice is intended for informational purposes only and does not constitute a solicitation or commitment by the government; responses are voluntary and will not be compensated. Interested businesses must submit their capabilities statements, including relevant contract history and company details, by May 9, 2025, to the primary contact, Malgorzata Stroynowski, at malgorzata.stroynowski.civ@army.mil, and to secondary contact Joseph J. Lewis at joseph.j.lewis24.civ@mail.mil.
AECS, IDS, and Door Installation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center at China Lake, California, is seeking proposals for the installation of Advanced Electronic Control Systems (AECS), Integrated Defense Systems (IDS), and door installation services. This procurement aims to fulfill a critical requirement for enhancing security and operational capabilities at the facility, with the contract being open to all responsible sources. Interested vendors must ensure compliance with federal acquisition regulations and maintain an active registration in the System for Award Management (SAM) database. Proposals are due following the solicitation posting on or about April 9, 2025, and inquiries can be directed to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069.
UPGRADE TO CONTROLLED AREA, BUILDING 310, NAVAL AIR STATION OCEANA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of Building 310 at Naval Air Station Oceana in Virginia Beach, Virginia, to enhance its security as a controlled area. The project involves implementing security upgrades in compliance with Controlled Area standards, including RF shielding, reconfiguration of spaces, and the establishment of secure entrances, with an estimated budget between $5 million and $10 million. This initiative is crucial for consolidating study and training support infrastructure while ensuring compliance with safety and engineering standards. Interested contractors must hold specific indefinite-delivery contracts to submit proposals by May 5, 2025, with a mandatory site visit scheduled for April 9, 2025, and inquiries due by April 16, 2025. For further information, contact Jessica Grosso at jessica.m.grosso.civ@us.navy.mil or call 757-433-3623.
Noise Cancelling Workstations
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design, delivery, and installation of Noise Proof Ceiling High Workstations at the Headquarters, Medical Entrance Processing Command, located in North Chicago, Illinois. The procurement aims to enhance workspace functionality and sound insulation by providing modular and ergonomic office furniture, including noise-proof wall panels, desks, task chairs, and storage units, while also requiring the removal of old workstations. This initiative is part of a total small business set-aside, promoting economic opportunities for small enterprises, particularly women-owned businesses, in federal contracting. Interested vendors must submit their offers by April 21, 2025, at 10:00 AM EST, and can direct inquiries to Amy Gawarecki at amy.l.gawarecki.civ@army.mil or John Haarala at john.haarala3.civ@army.mil.
NAVEUR Operations and Fleet Support Center - Keflavik Air Base
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Europe Africa Central, is seeking contractors to upgrade Facility 127 at Keflavik Air Base to create a Secure Working Area (SWA) that complies with current Secure Compartmented Facility (SCIF) and Open Secret Storage (OSS) standards. The project entails executing all work in accordance with a Construction Security Plan (CSP) specifically developed for this upgrade, with technical specifications and drawings provided to offerors holding a current facility clearance. This procurement is critical for ensuring secure operations within the facility, which plays a vital role in supporting military operations. Interested contractors can reach out to Myangela Buescher at myangela.h.buescher.civ@us.navy.mil or Graeme Silva at graeme.l.silva.civ@us.navy.mil for further details.
Anechoic Chamber Inspection
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small business concerns for an Anechoic Chamber Inspection at Joint Base San Antonio-Lackland in Texas. The inspection will assess the condition of flooring, RF absorbers, and welding within the chambers, requiring a minimum of two contractors to conduct a thorough evaluation while adhering to strict security protocols due to the facility's classification as a Sensitive Compartmented Information Facility. This procurement is crucial for ensuring the chambers are in optimal condition for upcoming renovations, emphasizing compliance with safety and environmental standards. Interested contractors must submit their quotes by April 21, 2025, with the contract expected to be awarded based on technical acceptability and pricing, and should direct inquiries to Caleb Murray at caleb.murray.2@us.af.mil or Rhyne Stroupe at rhyne.stroupe@us.af.mil.
Request for Information - Saddlebunch Key, Florida
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast, has issued a Request for Information (RFI) regarding the potential redevelopment of approximately 610 acres at Naval Air Station Key West, Saddlebunch Keys, Florida. The RFI aims to gather insights and project concepts from interested parties by April 11, 2025, while emphasizing that it serves as a market research tool and does not obligate the government to proceed with any proposals or property transfer. Respondents should consider key factors such as the lack of utilities, flooding vulnerability, possible wetland areas, and the presence of federally listed endangered species, which require compliance with environmental laws. Interested parties may submit inquiries in writing by April 4, 2025, and can request a site visit on April 2, 2025. For further information, contact Elizabeth Parker at elizabeth.c.parker18.civ@us.navy.mil or Heath Adams at heath.adams2.civ@us.navy.mil.
BLANKER,INTERFERENC
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the BLANKER, INTERFERENC item, classified under NAICS code 334290 for Other Communications Equipment Manufacturing. The procurement aims to ensure that the items are overhauled, upgraded, repaired, tested, inspected, and accepted in accordance with specified requirements, with a focus on returning the items to a Ready For Issue (RFI) condition. This contract is critical for maintaining operational readiness and reliability of communication equipment used by the Navy. Interested contractors should direct inquiries to John Maier at 215-697-2782 or via email at JOHN.A.MAIER11.CIV@US.NAVY.MIL, with the expectation that the contract will include specific turnaround times and quality assurance provisions.