(W16) Brand Name Mandatory for Procure EDS system
ID: N0017426Q1007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and associated components. This procurement aims to acquire a system that includes a ship interface, water distribution system, and wheeled storage, which are critical for decontamination operations. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total budget not to exceed $350,000. Interested vendors must submit their quotes by January 5, 2026, to the designated contacts, Latrice Whitfield and Marlene Ridgell, via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) from NSWC Indian Head Division (N0017426Q1007) is for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and related components, including a ship interface, water distribution system, and wheeled storage. The solicitation is not a small business set-aside and was issued on December 3, 2025, with a quotation due date of December 21, 2025. The total requirement is for one Erectable Decontamination System.Key contractual requirements include compliance with DFARS 252.204-7012 for safeguarding covered defense information, enhanced security controls, and adherence to NIST 800-171 standards, specifically mandating multi-factor authentication, least privilege, remote access monitoring, annual user privilege audits, FIPS 140-2 validated cryptography, and protection of CUI at rest and on mobile devices. Contractors must also comply with cyber incident reporting procedures, including data delivery to the DoD Cyber Crimes Center (DC3) and cooperation with the Naval Criminal Investigative Service (NCIS) for outreach and monitoring.Delivery is required within 25 weeks of award to Norfolk, VA 23511, with FOB Destination. Invoicing must be submitted electronically via Wide Area WorkFlow (WAWF) as Combo Invoice and Receiving Reports, with specific routing data provided. The contract also incorporates clauses for prompt payment discounts and various FAR and DFARS clauses, including those related to small business, labor standards, and foreign purchases. On-site contractors at NSF Indian Head must comply with the Voluntary Protection Program (VPP) safety manual and participate in mandatory training.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.
    28--TANK,DETECTOR ASSEM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 units of the Tank, Detector Assembly (NSN 2815011805915). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum of three units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in defense 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.
    Synopsis - M334 Decontamination Kit, Individual Equipment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a firm-fixed price, five-year indefinite delivery indefinite quantity contract for the procurement of the M334 Decontamination Kit, Individual Equipment. This procurement aims to secure an estimated total of 1,319,475 units, with a minimum guaranteed quantity of 33,960 units, which are essential for military decontamination operations. The solicitation, identified as W912CH-25-R-0078, is expected to be released within the next two months, and interested parties are encouraged to monitor SAM.gov for updates and amendments. For inquiries, potential bidders can contact Contract Specialist Danielle Campbell at danielle.r.campbell9.civ@army.mil.
    Purchase New Liquid Nitrogen Tank
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    10--KIT,M240 EGRESS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of the M240 Egress Kit, identified by NSN 1005016460342. The solicitation includes a requirement for three units to be delivered within 270 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. This procurement is crucial for maintaining the operational readiness of military units, as the M240 Egress Kit is essential for weapon systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    46--MIST ELIMINATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 66 units of the MIST ELIMINATOR, identified by NSN 4620012615046. This solicitation is part of a total small business set-aside and aims to fulfill requirements for water purification and sewage treatment equipment, which are critical for maintaining operational readiness and environmental standards. Interested vendors must submit their quotes electronically, as hard copies will not be available, and the deadline for delivery to DLA Distribution Puget Sound is set for 151 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    Water Treatment Purification Maintenance
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is seeking quotations for a comprehensive maintenance agreement for water treatment purification systems located in Washington, D.C. The procurement includes a total small business set-aside for facilities support services, specifically targeting a preventive maintenance agreement that encompasses monthly, quarterly, semi-annual, and annual service visits for various water purification components, with a total firm fixed price of $38,988.00 for a 12-month period. Interested vendors must provide brand name or equivalent items, ensure compliance with OEM warranty requirements, and submit their technical and price quotes via email to the designated contact, Elizabeth Harley, by the specified deadline. The estimated delivery time and additional service rates outside normal business hours are also to be included in the submission.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.