Installation of K9 Transport System
ID: M6700125Q1045Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Automobile and Light Duty Motor Vehicle Manufacturing (336110)

PSC

INSTALLATION OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (N023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting quotations for the installation of two Havis K9 Transport Systems in Ford Explorers at Marine Corps Air Station (MCAS) Cherry Point, NC. The procurement requires contractors to provide all necessary materials and labor for the installation, which includes the removal of existing vehicle components, installation of new equipment, and ensuring compliance with safety standards. This initiative is part of the government's commitment to maintaining operational efficiency and safety within its transportation assets, particularly for K9 units. Interested small businesses must submit their quotations electronically by April 8, 2025, and direct any inquiries to Jeffrey G. Penny at jeffrey.penny@usmc.mil or Larry Davis at larry.davis1@usmc.mil.

Files
Title
Posted
Apr 7, 2025, 12:04 PM UTC
Apr 7, 2025, 12:04 PM UTC
The document pertains to the procurement of rear glass components for vehicles, specifically focusing on the rear glass only and the driver and passenger side back windows. This specification appears to be part of a Request for Proposals (RFP) relating to vehicle maintenance or fleet management by government agencies. The file indicates the necessity for precise identification of the required glass components, likely for use in repairing or replacing existing windows. Key ideas revolve around ensuring compliance with safety standards and the need for quality materials for government vehicle fleets. The document is structured to present specific product details necessary for potential vendors to understand the scope of the procurement. Overall, it underscores the government's commitment to maintaining operational efficiency and safety within its transportation assets.
Apr 7, 2025, 12:04 PM UTC
The document is a Request for Quotation (RFQ) concerning the installation of two Havis K9 Transport Systems for the Marine Corps Air Station at Cherry Point, NC. The primary objective is to install specified dog transport systems along with additional safety devices, window tinting, and graphic designs in government-owned vehicles within a 175-mile radius of the installation site. The RFQ outlines the scope of work, contractor responsibilities, and deliverables, emphasizing that the contractor must provide all necessary materials and labor. In terms of requirements, the contractor is tasked with removing existing vehicle components, ensuring proper installation of new equipment, and returning removed items to the government. The contract includes a timeline of 60 days for completion and mandates testing prior to government acceptance. Quotes are to be submitted electronically, with specific guidance on the preparation of submissions, including firm-fixed pricing and representations regarding past performance. Additionally, the document incorporates various Federal Acquisition Regulation (FAR) clauses that govern contract performance and compliance. The overall focus is on ensuring the provision of quality services that adhere to specified government standards and requirements while engaging small business concerns.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Vehicle Barrier System
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting quotes for a Vehicle Barrier System under solicitation number N6470925Q0025, aimed at enhancing security at the Strategic Weapons Facility, Atlantic (SWFLANT) in Kings Bay, Georgia. The procurement seeks a modular, deployable barrier system capable of stopping large vehicle threats, including tractor-trailer attacks, at Entry Control Points (ECP), with specific requirements for safety certifications and ease of deployment by a single individual. This initiative underscores the importance of robust security measures at strategic installations while promoting small business participation in federal contracting, as the opportunity is set aside for small businesses under NAICS code 561621. Interested vendors must submit their proposals, including pricing and compliance with Federal Acquisition Regulations, within the specified timeframe, with contract awards expected approximately 30 days post-submission. For further inquiries, interested parties can contact the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or reach out to Yvette Tullock at YVETTE.TULLOCK@SWFLANT.NAVY.MIL or by phone at 912-676-2012.
MOTOROLA RADIO SERVICE
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified contractors for the Motorola Radio Removal and Installation Service at Naval Station Everett, WA. This firm fixed-price service contract involves the removal of old Motorola radios and the installation of new government-owned devices in 13 vehicles, emphasizing compliance with specified terms and conditions. The procurement process is set aside for small businesses, particularly Women-Owned Small Businesses, and will evaluate proposals based on price, delivery times, and past performance. Interested parties must submit their proposals by April 23, 2025, and direct any inquiries to Ms. Kristen Lorena at kristen.g.lorena.civ@us.navy.mil.
Provide Upgrades B4833
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for upgrades to Building B4833 at Marine Corps Air Station Cherry Point, North Carolina. The project aims to enhance facility safety and functionality, including the installation of fire-rated doors and windows, carbon monoxide detectors, and a fire alarm system compliant with NFPA standards. This procurement is restricted to pre-approved contractors under the M&R MACC program, with an estimated project cost between $25,000 and $100,000 and a completion timeline of 120 days post-award. Interested contractors must submit their proposals by April 23, 2025, and can direct inquiries to Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
Install Enunciators & Alarms, DLA Dist. All Bldgs.
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the installation of enunciators and alarms across all buildings at Marine Corps Air Station (MCAS) Cherry Point, North Carolina, under Project No. 7264735. This project involves the demolition of existing alarm systems and the installation of new Federal Signal Model 350-120-30 horns and Sentrol magnetic switches, with a focus on enhancing safety systems within military facilities. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and proposals must be submitted by May 6, 2025, following compliance with federal regulations including the Davis-Bacon Act. Interested contractors should direct inquiries to Evan Dumke or Ericka J. Bishop before the cutoff date of April 28, 2025.
25--INSTALLATION KIT,VE
Buyer not available
The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of an Installation Kit, VE, identified by NSN 2590017056440. The requirement includes a quantity of 2 units to be delivered to DLA Distribution San Joaquin within 98 days after order placement. This procurement is crucial for maintaining vehicular equipment components, which play a vital role in military operations. 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.
25--INSTALLATION AND EQUIP
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of installation and equipment services related to National Stock Number (NSN) 2541014938869. The requirement includes a quantity of three units to be delivered to DLA Distribution Red River within 165 days after the order is placed. This procurement is critical for maintaining vehicular equipment components, which play a vital role in military operations and logistics. Interested small businesses are encouraged to 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 will not be available.
25--INSTALLATION KIT,VE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of an Installation Kit, VE, identified by NSN 2590017032561. The solicitation includes two lines: the first requires 21 units to be delivered to DLA Distribution San Joaquin within 277 days, and the second requires 1 unit to be delivered within 90 days. This procurement is crucial for maintaining vehicular equipment components, which play a vital role in military operations. Interested small businesses are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
Brand Name Supplies and Installation - Joint Base Pear Harbor-Hickam, Hawaii (JBPHH)
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is seeking competitive quotes for brand name supplies and installation services at Joint Base Pearl Harbor-Hickam, Hawaii. The procurement involves specific security system components, including enclosures, controllers, and installation services, all of which must be sourced from designated manufacturers to ensure compliance with technical specifications. This contract is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in defense-related procurements. Interested vendors must submit their quotes by April 28, 2025, with all inquiries directed to Contract Specialist Martin D. Mejia at martin.d.mejia.civ@us.navy.mil.
CHEMICALS
Buyer not available
The Department of Defense, specifically the Commanding General at the Department of the Navy, is seeking qualified vendors to supply essential chemicals for the Water Treatment Plant and the Industrial Wastewater Treatment Plant at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. The procurement aims to establish a Requirement Contract for a base period of 12 months, with an option for an additional year, starting June 15, 2025, to ensure the provision of safe and clean potable water in compliance with safety and environmental standards. Interested contractors must submit their electronic quotes by May 21, 2025, and are required to be registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) invoicing system. For inquiries, vendors can contact Patwanda Brown at patwanda.brown@usmc.mil or Larry Davis at larry.davis1@usmc.mil before the deadline for questions on April 30, 2025.
Upgrade Lift Station B4318
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Upgrade of Lift Station B4318 at Marine Corps Air Station Cherry Point, North Carolina. This project involves the demolition of the existing lift station and the installation of a new simplex package grinder pump station, aimed at enhancing the efficiency and reliability of the wastewater management system while ensuring minimal disruption to ongoing military operations. The contract is set aside for small businesses, with an estimated cost range of $100,000 to $250,000, and proposals are due by May 15, 2025. Interested contractors must comply with specific bonding requirements and submit their proposals electronically, while inquiries must be directed to Mason Sholar or Ericka J. Bishop by May 5, 2025.