COMPETITIVE –TEMPERATURE CHAMBER
ID: N0016425Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the procurement of multiple temperature chambers under solicitation number N0016425Q0007. The chambers must meet specific military-grade specifications, including safety upgrades and fire suppression capabilities, to ensure compliance with rigorous operational standards. This procurement is crucial for supporting various defense-related testing and operational requirements, emphasizing the government's commitment to working with small businesses, including Service-Disabled Veteran-Owned and Women-Owned Small Businesses. Interested vendors must submit their proposals by October 21, 2024, and can direct inquiries to Cassidy Shaw at cassidy.k.shaw.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation for a contract, primarily addressing vendor inquiries related to battery testing. It extends the response deadline to 30 October 2024 and provides detailed answers regarding the type of batteries being tested, their specifications, and safety measures in place during testing. The amendment outlines the requirements for bidders, highlighting the need for documentation including product literature, delivery capabilities, and past performance metrics. The evaluation criteria adopt a "Low Price Technically Acceptable" approach, where bids must meet technical standards before pricing is evaluated. Overall, the document emphasizes compliance and thoroughness in vendor responses, ensuring that only qualified small businesses are considered for this commercial requirement. This amendment reflects the government’s commitment to fostering competitive procurement practices while ensuring that technical specifications and safety considerations are met effectively.
    The document is a solicitation for the procurement of various temperature chambers by the Naval Surface Warfare Center Crane Division under solicitation number N0016425Q0007, with proposals due on October 21, 2024. The acquisition focuses on military-grade temperature chambers with defined specifications, including models with safety upgrades and fire suppression capabilities. The solicitation includes clauses related to delivery schedules, invoice submission procedures, and compliance with various federal regulations. It outlines the pricing structure, with minimum order quantities and corresponding contract values, while emphasizing the requirement for unique identification as per Defense Federal Acquisition Regulation Supplement (DFARS) regulations. Additionally, the document establishes points of contact for contracting officers and specialists, payment processing protocols, and inspection requirements, directly tying it to the government’s commitment to working with small businesses, including categories such as Service-Disabled Veteran-Owned and Women-Owned Small Businesses. This solicitation emphasizes the government's adherence to providing equitable opportunities while ensuring compliance with procurement standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Vacuum Muffle Furnace
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, is seeking proposals for a Vacuum Muffle Furnace as part of a Combined Synopsis/Solicitation. The procurement requires a furnace that meets specific technical specifications, including a power requirement of 208V or 220V, an interior capacity for a 12-inch cube assembly, and the ability to reach temperatures of 1200 degrees Celsius or higher, while also supporting inert gas and vacuum operations. This equipment is crucial for microfluidics board development within laboratory settings. Proposals are due by 12:00 PM Eastern on December 19, 2025, with questions accepted until December 15, 2025. Interested parties should contact Graham W.J. Fisher at graham.w.fisher.civ@us.navy.mil or call 202-923-1344 for further information.
    58--ENCLOSURE, FCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the manufacture of 10 units of the Enclosure, FCR, identified by NSN 5820-01-654-0419. The procurement requires delivery of these items to designated DLA distribution centers in Pennsylvania and California within 120 days after contract award, adhering to specific technical and inspection requirements. This acquisition is crucial for maintaining radio and television communication equipment, and it is set aside entirely for small business concerns under FAR 19.5. Interested vendors must submit their proposals, including a completed and signed RFP, to the primary contact, Taylor N. Bloor, at TAYLOR.BLOOR@NAVY.MIL, prior to the closing date specified in the solicitation N00104-26-Q-BB25.
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    Windows and Heat Controllers
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of marine windows and heat controllers, specifically part numbers KC-LPD-017-03 and KC-LPD-017-HC. This procurement is a sole-source, firm-fixed-price contract, emphasizing the importance of these components for naval operations and ensuring compliance with federal regulations. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by December 15, 2025, at 10:00 AM, with a delivery date set for April 6, 2026. For further inquiries, offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.
    N0016425SC001 CSO
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting innovative commercial solutions via a Commercial Solutions Opening (CSO) for the development of advanced technologies in areas such as Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare. The primary objective is to enhance operational effectiveness by addressing capability gaps with innovative solutions, including a Miniature Aiming System (MAS) for the .338 Norma Magnum Light Machine Gun and a Small Modular Optic and Laser Designator (SMOLDr) that improves laser designation capabilities. Proposals must be submitted electronically by July 3, 2025, for the MAS and by August 13, 2025, for the SMOLDr, with all submissions evaluated based on technical merit and feasibility. Interested parties can contact Mark Dravet at mark.v.dravet.civ@us.navy.mil or call 812-381-7085 for further information.
    ASSEMB,UPTAKE HATCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of the ASSEMB, UPTAKE HATCH, through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the manufacture and supply of heating equipment, adhering to strict quality assurance and inspection standards, with all items needing to meet specific military specifications and packaging requirements. The procurement is critical for maintaining operational readiness and ensuring compliance with military standards, emphasizing the importance of authorized sources for the materials. Interested vendors must submit their quotes electronically to Howard Langenstein by December 19, 2025, and should include detailed pricing, lead times, and proof of authorization as a distributor if applicable.
    ENVIRONMENTAL CHAMBER
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for the procurement of a new environmental chamber designed for testing concrete, aggregate, soils, and rock. The new chamber must be a freestanding, reach-in unit with specific internal dimensions and capabilities, including a temperature range of -30 °C to 180 °C and humidity levels from 10% to 95%, along with a shelf load capacity of 75 lbs per shelf. This equipment is critical for ensuring accurate and reliable testing in environmental conditions, as the current chamber is outdated and frequently requires repairs. Interested vendors should note that the contract is set aside for small businesses, and proposals must be submitted electronically, with delivery to Denver, CO, required within 180 days of award. For further inquiries, contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395.
    16--NRP,COOLING INTERF - AND SIMILAR REPLACEMENT PARTS
    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 cooling interface and similar replacement parts. This procurement is critical as the materials will be utilized in shipboard systems that enable the launch and recovery of aircraft, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of aircraft. The solicitation is a sole source spares solicitation, with the proposal submission date extended to 31 October 2025, and all contractual documents will be considered issued upon transmission by the Government. Interested parties can contact Michael Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL for further details.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    ASSEMB,UPTAKE HATCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for the procurement of the ASSEMB, UPTAKE HATCH, which falls under the NAICS code 333414 for Heating Equipment Manufacturing. This procurement is critical for supporting Foreign Military Sales (FMS) to Korea, and the contract will require compliance with various quality assurance and inspection standards, including MIL-STD packaging and Government Source Inspection. Interested vendors must submit their quotes electronically to the designated contact, Matthew Takach, at Matthew.B.Takach.CIV@us.navy.mil, with a minimum validity of 90 days, and the deadline for submissions has been extended to September 9, 2024.