(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
    Loading similar opportunities...