Oven and Fume Hood
ID: N0016426Q0026Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor to install roof penetrations, roof curbs, vent pipes, and electrical power for ovens and fume hoods in Building B330C, Room 305, as part of the Oven & Fume Hood Exhaust project. The procurement involves comprehensive services including design, material supply, labor, transportation, and supervision, with a focus on ensuring compliance with federal regulations and safety standards. This project is critical for maintaining operational efficiency and safety in the facility's kitchen and laboratory environments. Interested vendors must submit their capability statements by December 19, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Kelli Covert at kelli.d.covert.civ@us.navy.mil or by phone at 812-854-0000.

    Point(s) of Contact
    Files
    Title
    Posted
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for government contracts, detailing data deliverables. It outlines reporting burdens, OMB approval, and submission instructions for contractors. The form specifies requirements for various data items, including an Accident/Incident Report (A001) for the BLDG 3330C Oven & Fume Hood Exhaust system. Key details include distribution statements, submission frequency (as required, within 10 minutes for accidents), and electronic delivery via email to specified addresses. The document also provides instructions for both government personnel and contractors on how to complete the form, defining different price groups (Group I, II, III, IV) for estimating data item costs based on their essentiality and effort required. This form ensures standardized data acquisition and reporting in government procurements.
    DD FORM 1423-1, FEB 2001, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)," is a federal form used in government contracting to specify data deliverables from contractors. The document outlines requirements for reporting and submitting various data items, such as accident/incident reports and damage reports. It details instructions for both government personnel in preparing the form and contractors in understanding their obligations, including pricing guidelines for data items based on their development effort (Groups I-IV). Key aspects include distribution statements, submission frequencies, addressees for delivery, and acceptable electronic formats (Microsoft Word, Excel, or Adobe PDF). The form emphasizes the importance of timely reporting, specifically within 10 minutes for damages to government-owned equipment and facilities.
    This government solicitation, N0016426Q0026, is a Request for Quote (RFQ) issued by NSWC Crane for Women-Owned Small Businesses (WOSB) to furnish and install roof penetrations, roof curbs, vent pipes, and electrical power for ovens and fume hoods. The project involves design, material, labor, transportation, tools, equipment, and supervision. The period of performance is from December 22, 2025, to February 27, 2026, with inspection and acceptance at NSWC Crane in Crane, IN. The document outlines detailed payment instructions, including the use of Wide Area WorkFlow (WAWF) for electronic invoicing, and incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses related to contract terms, small business programs, labor standards, and electronic payment. Key contacts for contract administration are also provided.
    This government Statement of Work outlines the requirements for installing oven and fume hood exhaust systems in Building B330C, Room 305, as part of Project: Oven & Fume Hood Exhaust (ARCHIBUS Ticket 148911). The project encompasses design, material, labor, transportation, tools, equipment, and supervision for roof penetration, roof curb, vent pipe, and electrical power installation. The contractor is responsible for all permits, quality control, safety, and code compliance, including specific requirements for asbestos abatement if applicable. Mechanical requirements detail the need for two 2.5-inch diameter vents for small ovens and one 10-inch diameter thermoplastic vent for a fume hood, with security grates for larger vents. Various federal and departmental regulations govern the work. Key deliverables include accident and damage reports, with funding categorized as indirect. Schedule constraints involve requested award and completion dates, site availability coordination, and potential approvals for DD1391, NSSA, ESSA, RASO, DD1354, work permits, and environmental considerations.
    Lifecycle
    Title
    Type
    Oven and Fume Hood
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    MINOR GENERAL CONSTRUCTION MACC AT NSA CRANE AND GLENDORA TEST FACILITY
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is conducting a Sources Sought Notice for a Multiple Award Construction Contract (MACC) focused on minor general construction services at Naval Support Activity (NSA) Crane and the Glendora Test Facility in Indiana. The procurement aims to identify eligible Small Business firms capable of performing a range of construction tasks, including demolition, repair, new construction, and renovation of various facilities and systems, with an estimated total construction cost not exceeding $60 million over five years. Interested contractors must demonstrate relevant experience with projects valued between $30,000 and $600,000, including at least one project over $250,000, and must comply with bonding capacity requirements and subcontracting limitations. Responses are due by December 30, 2025, at 2:00 PM EST, and should be submitted electronically to Emily Grisson at emily.a.grissom.civ@us.navy.mil.
    HULL PENETRATOR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of Hull Penetrators, which are critical components for shipboard systems. The contract requires the delivery of specialized materials that meet stringent quality and safety standards, as any defects could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for ensuring compliance with detailed specifications and quality assurance requirements, with a final delivery timeline set for 365 days after contract award. Interested vendors should direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL, and must adhere to the outlined submission protocols for certification data prior to shipment.
    59--PENETRATOR,HULL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Hull Penetrator, identified by the title "59--PENETRATOR, HULL." This contract requires the manufacturing and delivery of specialized electrical connector assemblies that are critical for shipboard systems, emphasizing the need for high-quality materials and adherence to stringent testing and certification processes. The items are designated as special emphasis material, underscoring their importance in preventing failures that could lead to serious safety risks or operational disruptions. Interested vendors must submit their proposals by January 5, 2026, with the quantity increased to 40 units, and can contact Scott Youngblood at 717-605-2379 or via email at SCOTT.R.YOUNGBLOOD2.CIV@US.NAVY.MIL for further details.
    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.
    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.
    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.
    Kitchen Ventilation Hoods Cleaning Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide kitchen ventilation hood cleaning services at Fort Leonard Wood, Missouri. The objective is to ensure safe and operational kitchen hood ventilation systems across various facilities, with a contract period expected to last up to five years, including one base year and four option years. This procurement is crucial for maintaining compliance with safety and operational standards, as the contractor will be responsible for all personnel, labor, equipment, and materials necessary for the cleaning services, adhering to local, state, and federal regulations. Interested parties must submit a capabilities statement by 4 PM CST on December 29, 2025, to Zackery Zakhireh at zackery.m.zakhireh.civ@army.mil, as this opportunity is set aside for small businesses under the SBA guidelines.
    D-66 AND D-67 HOUSING ASSEMBLIES
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the Conference Room HVAC System at the Navy Gateway Inn and Suites (NGIS) located at Naval Air Station (NAS) Oceana in Virginia Beach, Virginia. The project involves inspecting the existing HVAC unit, replacing non-functional parts, and restoring the system to full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated to be under $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, as well as a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit; for further inquiries, they can contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.
    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 under solicitation number N0040626QS042. The procurement involves a sole-source, firm-fixed-price contract for specific parts, including marine windows (P/N KC-LPD-017-03) and heat controllers (P/N KC-LPD-017-HC), which are critical for naval operations. 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, potential offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.