N0018925Q0163 Class Ring Exhibit Fabrication and Installation
ID: N0018925Q0163Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Other Specialized Design Services (541490)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 12:00 PM UTC
Description

The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking quotes for the fabrication and installation of a Class Ring Exhibit, with a requirement for five units to be delivered over five months from April to September 2025. This procurement is a 100% small business set-aside, emphasizing the importance of small business participation in federal contracts, with a monetary threshold of $13.5 million as per Small Business Size Standards. Interested vendors must ensure compliance with federal regulations, including wage determinations that mandate minimum wage rates for various occupations in Maryland, and submit their quotes electronically by 8:00 AM EST on April 7, 2025, to Claudette Jones at claude.j.jones.civ@us.navy.mil. Late submissions may not be considered for award, and no questions will be accepted after the solicitation deadline.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 7:04 PM UTC
The document serves as a combined synopsis and solicitation for commercial supplies, specifically requesting quotes for a Class Ring Display from small business sources, under the RFQ number N0018925Q0018. The procurement follows the Simplified Acquisition Procedures, categorizing it as a Firm-Fixed-Price purchase order with a total small business set-aside requirement. The procurement is scheduled for performance from April 30, 2025, to September 30, 2025, with a submission deadline for quotes by April 7, 2025. Key evaluation factors include price and technical acceptability, with an emphasis on compliance with outlined specifications and no substitutions or refurbished products. The document is structured to provide detailed requirements for quote submissions, incorporating various FAR and DFARS provisions relevant to the acquisition process. Each submission must affirm the capability to meet all technical requirements and include specific information regarding price, delivery terms, and company details. The solicitation aims to engage qualified vendors, ensuring government procurement aligns with federal small business initiatives.
Apr 3, 2025, 3:08 PM UTC
The document outlines a government solicitation for commercial supplies under Request for Quotation (RFQ) number N0018925Q0163, specifically a Class Ring Display with a requirement of five units over five months from April to September 2025. This procurement is a 100% small business set-aside, with a monetary threshold set at $13.5 million per the Small Business Size Standards. Quotes must be submitted electronically by April 8, 2025, with no substitutions or partial bids accepted. The Navy's Fleet Logistics Center in Norfolk emphasizes the importance of meeting technical requirements and specifies that pricing, along with acceptable past performance, will influence award decisions. Interested parties must register in the System for Award Management (SAM) and include comprehensive details in their quotes, including previous work portfolios and professional references. The evaluation will be conducted to ensure technical compliance and price reasonableness, reinforcing the government’s commitment to small business participation in federal procurements. Compliance with numerous federal regulations and clauses is mandated, establishing conditions that govern contractor performance and responsibilities. Overall, this solicitation reflects federal efforts to engage small businesses in contributing to government supply needs while maintaining rigorous oversight and qualification standards.
Apr 3, 2025, 3:08 PM UTC
The document outlines Wage Determination No. 2015-4265 under the Service Contract Act, detailing minimum wage rates for various occupations in Maryland, applicable to contracts awarded on or after January 30, 2022, and those renewed or extended thereafter. Contractors must adhere to wage requirements, including a minimum of $17.75 per hour under Executive Order 14026 for contracts performed in 2025, or $13.30 under Executive Order 13658 for certain contracts awarded between January 1, 2015, and January 29, 2022. A detailed list of occupations and their respective wage rates provided includes administrative support, automotive service, food preparation, and healthcare roles. The document also specifies prevailing fringe benefits, including health and welfare contributions, paid vacation, and holidays, as well as sick leave entitlements under Executive Order 13706 for contractors. It emphasizes compliance requirements and the conformance process for unlisted job classifications. The overarching purpose is ensuring fair compensation and benefits for employees working on federally funded service contracts, enhancing labor standards and protections across applicable sectors in Maryland.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
USS Truman Homecoming Event
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking proposals from qualified small businesses for the rental of event equipment and services for the USS Harry S. Truman (CVN 75) Homecoming event scheduled for May 20, 2025, at Naval Station Norfolk. The contractor will be responsible for supplying, delivering, setting up, and removing various event equipment, including tents, generators, portable PA systems, toilets, hand wash stations, chairs, bleachers, barricades, and fans, with delivery set for May 16 and setup completion by 6 PM that same day. This procurement is critical for ensuring a successful military event, emphasizing compliance with safety regulations and effective coordination with a designated point of contact. Interested parties must submit their quotes to Stuart Davis at stuart.b.davis.civ@us.navy.mil by 12:00 PM EST on April 29, 2025, as oral communications will not be accepted.
53--RING,RETAINING
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking proposals for the procurement of 1,100 units of a retaining ring, identified by NSN 1H-5325-016417716-D4. This acquisition is exclusively set aside for small business concerns, in accordance with FAR 19.5, and will include clauses for various small business set-asides as applicable. The retaining rings are critical components used in fastening devices, underscoring their importance in military applications. Interested vendors should direct inquiries to Noelle M. Smith at (717) 605-3992 or via email at Noelle.M.Smith10.CIV@us.navy.mil, with the solicitation details expected to be released soon.
SLEEVES
Buyer not available
The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals from qualified small businesses for the procurement of specialized marine shaft sleeves, including a stern tube grounding device sleeve, aft propeller bearing sleeve, stern tube coupling cover sleeve, and propeller coupling cover sleeve. These components are critical for preventing wear and corrosion in naval applications and must be manufactured from nickel-copper alloy castings that comply with stringent military specifications and quality assurance standards. The anticipated contract value is approximately $391,210, with a delivery timeline of 36 weeks post-award. Interested parties should submit their proposals by 3:00 PM EDT on May 12, 2025, and direct all inquiries to Monica Richardson at monica.richardson@dla.mil.
20--DOOR,METAL,MARINE S
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three metal marine doors (NSN 2040014585490) for delivery to the USS BOXER LHD 4. This solicitation is a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in the hardware manufacturing sector, specifically under the NAICS code 332510. The procurement is critical for maintaining operational readiness and safety aboard naval vessels. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 20 days after the award date.
OK-542 Stowage Drum/ Level Wind Assembly Carrier
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small businesses to provide an OK-542 Stowage Drum/Level Wind Assembly Carrier on a Firm Fixed Price basis. The procurement involves the fabrication, priming, and painting of the Carrier, which is critical for the overhaul of the OK-542 Thinline Towed Array Handling Equipment used in SSBN/SSGN 726 CL Submarines. Interested vendors must adhere to strict quality and compliance standards, including providing various certifications and documentation, with quotes due electronically by April 9, 2025. For further inquiries, vendors can contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020.
Mooring and Towing Lines, Wire Rope, Slings, Pendants and Fittings
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking proposals for the procurement of mooring and towing lines, wire rope, slings, pendants, and fittings to support fleet readiness for MSC assets worldwide. This solicitation, identified as N3220525R2263, requires contractors to deliver complete mooring line assemblies that adhere to military and maritime standards, with a focus on compliance and timely delivery. The contract will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement, emphasizing competitive pricing through a Lowest-Priced Technically Acceptable (LPTA) evaluation process, with a guaranteed minimum order of $3,500 for each awardee. Interested small businesses must submit their quotes electronically by May 9, 2025, and can reach out to primary contact Samantha T. Frederick at samantha.t.frederick.civ@us.navy.mil or secondary contact Alvinia R. Jenkins at alvinia.r.jenkins.civ@us.navy.mil for further inquiries.
53--RING,OPERATING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of four units of the Operating Ring (NSN 5365-01-090-6579). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this contract, which falls under the Hardware Manufacturing industry (NAICS Code 332510). The Operating Ring is a critical component used in various defense applications, emphasizing the importance of reliable supply sources for military readiness. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via the email address DibbsBSM@dla.mil. The deadline for quote submission is 171 days after the award date.
Bldg. 221 - Replace lower float pier access panels
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of lower float pier access panels at Building 221. This project involves the removal and disposal of existing panels, installation of new stainless steel or marine-grade aluminum panels, and adherence to safety and environmental compliance standards. The contract is set aside for small businesses, with an estimated value between $25,000 and $100,000, and is expected to be awarded by June 18, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals by May 2, 2025, with inquiries directed to Michelle Farrales or James Wasson via email.
STUD, CONTINUOUS THREADED (BOLT-STUD), NICKEL COPPER ALUMINUM (K-MONEL) -0.375"-16UNC-3A X 18.000"- HX BOA Item 7016AA
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotations for the procurement of continuous threaded bolt-studs made from nickel copper aluminum (K-Monel), specifically sized at 0.375"-16UNC-3A x 18.000". This acquisition, identified by solicitation number N3904025Q4370, is critical for maintaining operational readiness and compliance with the shipyard's Fastener Program Manual, which outlines necessary quality assurance standards. Interested vendors must submit their proposals via email by April 30, 2025, with a required delivery date of August 27, 2025, and must be registered in the System for Award Management (SAM) to be eligible for award consideration. For further inquiries, vendors can contact Lauren LeDuc at lauren.w.leduc.civ@us.navy.mil or Victoria MacLellan at victoria.b.maclellan.civ@us.navy.mil.
CAP, HEXHD, SLFLKG; HX Fastener BOA Item 7009AZ
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the procurement of CAP, HEXHD, SLFLKG; HX Fastener BOA Item 7009AZ, specifically designed for fastener manufacturing. This opportunity is set aside for small businesses and requires compliance with the specifications outlined in the Portsmouth Naval Shipyard's C. R. Gilbert / E. F. Dickson Fastener Program Manual, with a focus on providing high-quality manufacturing items essential for naval operations. Proposals must be submitted by April 7, 2025, and should include pricing, delivery information (with a required delivery timeframe of 45 weeks), and relevant past performance details. Interested vendors can contact Sarashea Thibodeau at sarashea.thibodeau.civ@us.navy.mil or by phone at 207-438-3874 for further information.