B1200 (BGray) Chemical Storage Locker Without Explosion Relief Panel
ID: 31100PR240000082Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARD11TH COAST GUARD DISTRICT OFFICEALAMEDA, CA, 94501, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

CABINETS, LOCKERS, BINS, AND SHELVING (7125)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's 11th District Office, is seeking proposals for the procurement of a Chemical Storage Locker without an explosion relief panel. This solicitation aims to acquire a specialized storage solution that adheres to safety regulations for the handling and storage of chemicals, which is critical for maintaining operational safety and compliance within the Coast Guard's facilities. The locker will be utilized in San Pedro, California, and is categorized under the NAICS code 325998, which pertains to miscellaneous chemical product manufacturing. Interested vendors can reach out to Marketplace support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details regarding the solicitation process.

    Point(s) of Contact
    Marketplace support
    (877) 933-3243
    (877) 933-3243
    marketplacesupport@unisonglobal.com
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hazmat storage lockers
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of hazardous materials storage lockers under a firm fixed price (FFP) purchase order. The lockers must comply with specific safety standards, including fire-rated walls and roofs, explosion relief panels, and designated size and shelving requirements, as outlined in the solicitation RFQ N0016724Q0315. This procurement is crucial for ensuring safe storage solutions for hazardous materials, reflecting the government's commitment to compliance and effective resource management. Interested small businesses must submit their quotes by September 20, 2024, and direct any questions to Steven Besanko at steven.besanko@navy.mil by September 18, 2024.
    FLAM LOCKER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Defense Logistics Agency (DLA) Maritime Puget Sound, is seeking to procure FLAM LOCKER, which falls under the category of safety and rescue equipment (PSC code 4240). FLAM LOCKER is intended to be used at the Puget Sound Naval Shipyard in Bremerton, WA (place of performance). This procurement is a combined synopsis/solicitation and is set aside for small businesses. The contractor must submit a completed and signed solicitation, along with other required information such as country of origin and lead time for delivery. The contractor must also have a current assessment as detailed in DFARS 252.204-7019 if required to implement NIST SP 800-171. Commercial Off The Shelf (COTS) items are exempt from this requirement. Quotes can be submitted via email or fax to TRICIA.WINTERSTEEN@DLA.MIL or 360-476-4121, respectively.
    VALVE, SOLENOID
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of three solenoid valves under solicitation number 70Z08524Q40225B00. The requirement includes strict adherence to federal guidelines for packaging, shipping, and invoicing, with delivery expected by October 24, 2024, and quotes due by September 11, 2024. These solenoid valves are critical components used in various applications, emphasizing the importance of regulatory compliance in federal procurement practices. Interested vendors must ensure they are registered in SAM.gov and can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
    CGC WAESCHE coolant
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply 20 cans of Hakutex 60 solvent cleaner, which is essential for addressing overheating issues in the charge air coolers of USCG vessels at Base Alameda. The procurement aims to ensure operational efficiency by providing necessary cleaning solutions to remove sediment and oil buildup that can elevate equipment temperatures. The delivery of these supplies is required by September 30, 2024, to the Integrated Program Facility located at 1 Eagle Rd, BLDG 42, Alameda, CA. Interested vendors should submit their official quotes, including a SAM.gov registered DUNS number, to the primary contact, ENS Justin Wooldridge, via email by 8:00 AM Pacific Time on September 16, 2024.
    Watertight Hatch
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, is seeking a Watertight Hatch through a Combined Synopsis/Solicitation notice. A Watertight Hatch is a type of equipment used in marine vessels to provide a secure and watertight seal for access points. The procurement is set aside for small businesses and will be awarded on a firm-fixed-price basis. Interested vendors must submit quotes by 0800 Pacific Time on November 22, 2023. The delivery address is USCGC CIMARRON, 700 Coast Guard Rd., Buchanan, TN 38222. For more information and to submit quotes, contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or Tyler Melton at tyler.k.melton@uscg.mil.
    USCGC BERTHOLF REPLACEMENT CIC DOOR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a replacement CIC door for the USCGC BERTHOLF. The CIC door is a crucial component used for the Command Information Center (CIC) on the USCGC BERTHOLF. The CIC is responsible for coordinating and monitoring all operational activities on the vessel. The procurement is for the replacement of the existing CIC door and is scheduled to take place from December 11, 2024, to December 15, 2024, in Alameda, CA (zip code: 94501), USA. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 949-288-1271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436. The Statement of Work (SOW) is attached to the notice for further details.
    Specialized Storage lease for Generator Engines
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a lease for the temporary storage of seven generator-engine sets (GENSETs) in the vicinity of Baltimore, MD; Charleston, SC; or Norfolk, VA. The procurement requires a climate-controlled environment with options for either existing warehouse space or vacant land, accommodating a minimum of 6,100 square feet, and ensuring the units are raised above the 100-year flood plain if necessary. These GENSETs are critical for operational readiness and must be maintained in a secure area that allows for limited access and compliance with safety protocols. Interested parties should contact Kevin Werthmuller at kevin.j.werthmuller@uscg.mil or 571-610-5982, or LT Justin Davis at justin.s.davis@uscg.mil or (216) 902-6271 for further details, with the lease period set for one year and the option for four additional years.
    Specialized Storage lease for Generator Engines
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a lease for the temporary climate-controlled storage of seven generator-engine sets (GENSETs) in the vicinity of Baltimore, MD; Charleston, SC; or Norfolk, VA. The procurement requires a facility that can accommodate the delivery of these GENSETs, scheduled for early December 2024, with a lease term of one year and options for four additional years. The storage facility must meet specific requirements, including waterfront access for heavy lift equipment, being above the 100-year flood plain level, and providing a secured area accessible only by Coast Guard personnel. Interested parties should contact Kevin Werthmuller at kevin.j.werthmuller@uscg.mil or call 571-610-5982 for further details and to express their interest in this opportunity.
    Specialized Storage lease for Generator Engines
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking lease options for the temporary climate-controlled storage of seven generator-engine sets (GENSETs) in the vicinity of Baltimore, MD; Charleston, SC; or Norfolk, VA. The procurement requires a facility capable of accommodating 6,100 square feet, with potential expansion to 9,100 square feet, and must include a concrete foundation to support the substantial weight of the generators, which range from 22 to 167 tons. This initiative is crucial for the Coast Guard's operational planning, ensuring secure and regulated storage for heavy equipment, with the lease covering one year and four additional option years, and delivery scheduled for December 2024. Interested parties should contact Kevin Werthmuller at kevin.j.werthmuller@uscg.mil or 571-610-5982 for further details and to express interest in this opportunity.
    VALVE ASSY, DIRECTIONAL CONT
    Active
    Homeland Security, Department Of
    The U.S. Coast Guard is seeking quotes for a firm-fixed-price contract to procure five directional control valve assemblies. These valves, manufactured by Appleton Marine Inc., are required for SB230-42 cranes and must adhere to specific packaging standards. The Coast Guard emphasizes that only authorized distributors of Appleton Marine Inc. will be considered, and these distributors must include a letter confirming their status within their quotes. The successful vendor will be responsible for delivering the valve assemblies by the deadline of September 15, 2024, packaged according to military standards and labeled as specified. The cost of shipping to a designated location in Maryland must be included in the quoted price. The government reserves the right to reject substitutions without approval and mandates strict compliance with packaging and marking requirements. Prospective vendors must register in the System for Award Management (SAM) and submit their quotes by the deadline, including the requested information outlined in the solicitation. The award will be based on factors such as price, delivery capabilities, and compliance with the rigorous packaging and labeling requirements. This opportunity is a Total Small Business Set-Aside, and the government encourages all responsible small businesses to submit quotes. The contact details for the procurement point of contact are provided in the solicitation document for any clarifications or further information required. The associated files emphasize the regulatory framework surrounding the procurement, outlining numerous clauses that will be integrated into the contract. This includes adherence to labor laws, anti-discrimination policies, and national security protocols. Additionally, the files highlight the government's right to inspect and test the supplies, ensuring compliance with the stringent requirements for merchantable products. Potential vendors should carefully review the solicitation document and ensure they can comply with the detailed packaging and delivery specifications. The focus on compliance and accountability suggests a thorough evaluation process, with the government prioritizing thoroughness and precision in the awarding of the contract.