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
    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
    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.
    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
    20--TILE 24 X24 INCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 2,000 units of 24 x 24 inch tiles, identified by NSN 2090 016160268 ST. The procurement requires engineering source approval to ensure the quality of the part, necessitating that all suppliers demonstrate existing unique design capabilities and manufacturing knowledge. These tiles are critical components for naval applications, and the contract will be awarded on a firm-fixed-price basis, with a due date for offers set for December 31, 2025. Interested vendors must submit their quotes via email to Alison Bruker at alison.n.bruker.civ@us.navy.mil, and must possess a valid U.S. security clearance due to the classified nature of the associated documents.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    59--PANEL,RADIO FREQUEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of radio frequency panels as part of a competitive spares requirement. This solicitation is aimed at acquiring aircraft components classified as commercial items, which must be currently in production and available in the commercial marketplace, ensuring compliance with specific technical and regulatory standards. The procurement is set aside entirely for small businesses, with evaluation criteria based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors should submit their proposals by the specified deadline and can direct inquiries to Jacob Tarini at 215-697-3563 or via email at jacob.a.tarlini.civ@us.navy.mil.
    Request for Information (RFI) for Passive Defense Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for passive defense solutions aimed at countering threats posed by Group 1-3 Unmanned Aerial Systems (UAS) to USAF assets. The Air Force is seeking industry input on solutions that utilize Camouflage, Concealment, Deception, and Hardening (CC&D+H) measures, with an emphasis on low-cost, user-friendly, and rapidly deployable options that can integrate with existing systems. These solutions are critical for enhancing the protection of Air Force assets by reducing spectral and visual signatures while ensuring operational continuity. Interested vendors are required to submit a five-page response detailing their company overview, proposed solutions, technical approaches, performance data, and cost/schedule by December 22, 2025, at 1600 EST. For further inquiries, vendors may contact Timothy Overby at timothy.overby.1@us.af.mil or Jennifer Judkins at jennifer.judkins@us.af.mil.
    20--TILE,BLANK,24X36
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 7,500 units of TILE, BLANK, 24X36, under solicitation N00104-25-R-XXXX. This contract requires the contractor to manufacture and deliver tiles that meet specific design and quality standards, including compliance with MIL-I-45208 and the provision of a Certificate of Conformance for each item. The tiles are critical components used in naval applications, emphasizing the importance of quality and adherence to military specifications. Interested contractors must have a valid U.S. security clearance and are required to submit their proposals by the revised deadline of November 7, 2025. For further inquiries, potential bidders can contact Alison Bruker at 717-605-6447 or via email at alison.n.bruker.civ@us.navy.mil.
    Radar Data Distribution System (RDDS)
    Dept Of Defense
    The Department of Defense, through the Air Combat Command Acquisition Management Integration Center, is seeking industry input for the modernization of the Radar Data Distribution System (RDDS) at the Joint Interagency Task Force South (JIATF-S) headquarters in Key West, Florida. The objective is to upgrade the existing RDDS infrastructure to accommodate new data formats, increased data volumes, and evolving security requirements while ensuring high reliability and operational availability. This procurement is critical for enhancing the capabilities of radar and sensor data management and distribution, which supports various stakeholders, including government agencies and partner nations. Interested parties, particularly small businesses, are encouraged to submit a capabilities package by December 17, 2025, to the designated contacts, Aurelio Medina and Chase Gordon, with an estimated award date in May 2026 and a solicitation release anticipated in March 2026.
    99--WING FENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a wing fence, identified by NSN 1R-9999-LLKFYG619-E8. The requirement includes a quantity of one unit, with delivery terms set as FOB Origin, indicating that the contractor will bear the shipping costs until the goods are delivered to the designated location. This procurement is critical for maintaining operational readiness and support for naval systems. Interested contractors should direct inquiries to Danielle M. Junod at (215) 697-1138 or via email at DANIELLE.M.JUNOD.CIV@US.NAVY.MIL, as all contractual documents will be considered issued upon transmission through various electronic methods.
    Housing Access & Door Locking System
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    SL Noise Reduction - Market Intelligence Request
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking market intelligence from vendors for the "SL Noise Reduction" project, aimed at conducting a comprehensive noise assessment study at Arnold AFB in Coopertown, Tennessee. The procurement requires vendors to provide detailed technical capabilities in noise level measurement, solution development, and compliance with regulatory standards, including the modification of exhaust ducts and installation of barriers. This initiative is crucial for ensuring compliance with safety and health standards while mitigating noise levels in both indoor and outdoor areas. Interested vendors should contact Greggory Jones at greggory.jones.4@us.af.mil for further details and must adhere to NIST SP 800-171 compliance, providing their CAGE code to access sensitive project documents.