USNS SACAGAWEA Eductor Foam
ID: N3220525Q2331Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

MISCELLANEOUS CHEMICAL SPECIALTIES (6850)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC Norfolk), is seeking quotations for the procurement of an inline eductor foam system specifically designed for the USNS Sacagawea (T-AKE 2). The primary requirement is for a National Foam product, which is critical for damage control equipment on the vessel, necessitated by safety regulations that require the replacement of variable inline eductors with fixed ones to ensure effective firefighting capabilities. The urgency of this procurement is underscored by a required delivery date of May 25, 2025, with offers due by May 2, 2025. Interested vendors can reach out to Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document outlines a combined synopsis and solicitation for purchasing commercial chemical products through the Military Sealift Command under solicitation number N3220525Q2331. The request for quotes (RFQ) invites quotations for specified items, primarily a National Foam product, with a focus on commercial compliance as per FAR regulations. Key points include the associated NAICS code (325998) and product service code (6850), indicating it's not set aside for small businesses. Offers are required by May 2, 2025, with detailed submission instructions, including item descriptions, pricing structures, delivery timelines, and technical requirements. The government will award the order based on the lowest priced technically acceptable offer. Provisions from relevant FAR clauses emphasize commercial terms, technical capability, and compliance with multiple federal regulations. The contractor must also meet specific delivery and packaging requirements to facilitate duty-free entry into the U.S. Overall, the document serves as a formal solicitation within the federal acquisition process, aiming for efficient procurement while ensuring adherence to regulatory standards.
    The memorandum addresses the justification for soliciting a single source for an acquisition under the simplified acquisition threshold related to the USNS Sacagawea. The item in question is a specific inline eductor from National Foam Inc., crucial for damage control equipment on the vessel. The document outlines the necessity of using other than full and open competition, citing restrictive rights, urgency, and critical ship equipment needs as key reasons. The urgency is emphasized by the requirement to replace variable inline eductors with fixed ones, mandated by safety regulations, to avoid jeopardizing firefighting capabilities on the ship. The required delivery date is set for May 25, 2025, highlighting the critical timeline for procurement. The memorandum serves as a formal record of the decision-making process regarding single-source procurement, ensuring compliance with federal acquisition regulations. Overall, it underscores the importance of timely and specialized equipment in maintaining maritime safety and operational readiness.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    42--PROPORTIONER,FOAM L
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of the Proportioner, Foam L, under solicitation number 4210015876480. This procurement is critical for fire, rescue, and safety operations, as the Proportioner is essential for effective foam application in emergency situations. The solicitation is set aside for small businesses, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be provided. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with quotes due within 167 days after the award date.
    USNS COMFORT (T-AH 20) BALLAST TANK VALVES
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotes for the procurement of 20 AERO 1.6 DN 200 ballast tank valves for the USNS COMFORT (T-AH 20). This solicitation, identified as N3220526Q7029, requires vendors to provide firm-fixed pricing, estimated delivery timelines, and technical descriptions, with the award going to the lowest-priced, technically acceptable offeror. The valves are critical components for the vessel's operational integrity, and delivery is expected by February 20, 2026, to a designated location in Norfolk, VA. Interested parties must submit their quotes by December 24, 2025, at 10:00 AM EST via email to the primary contact, Mitchell King, at rodney.m.king9.civ@us.navy.mil.
    13--BAFFLE,FUEL TANK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 110 units of the Baffle, Fuel Tank, identified by NSN: 1355 012635439, under the NAVSUP Weapon Systems Support Mechanical office. This procurement is part of an Emergency Acquisition Flexibility initiative, and the awarded contract will require the contractor's written acceptance prior to execution, ensuring compliance with specific design, manufacturing, and performance standards as outlined in the solicitation. The Baffle, Fuel Tank is critical for use in submarines and surface ships, necessitating strict adherence to quality assurance and environmental standards, including a prohibition on mercury contamination. Interested contractors should direct inquiries to Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil, with proposals due by the specified deadline.
    USNS COMFORT Fuel Oil Parts
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking quotes for fuel oil parts for the USNS COMFORT, specifically various mechanical and electrical components. This procurement is a sole-source award to GEA Mechanical, necessitated by the proprietary nature of the parts and their critical role in maintaining compatibility across T-AH Class vessels. Interested vendors must submit their quotes by December 23, 2025, with a firm-fixed-price purchase order expected to be awarded for delivery by February 16, 2026. For further inquiries, contact Colin Edick at colin.j.edick.civ@us.navy.mil or by phone at 564-226-1232.
    1377-01-454-7651; SS66; Cartridge, Fire Extinguisher
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the CCU-121/A Fire Extinguisher Cartridge (NSN 1377-01-454-7651). This competitive solicitation requires compliance with strict technical specifications, including the submission of first article test samples, production lot test samples, and adherence to quality control measures as outlined in MIL-DTL-82946 (OS) and related standards. The cartridges are critical safety items used in various military applications, necessitating rigorous inspection and acceptance processes at both the contractor's facility and the delivery destination. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or by phone at 771-229-0433 for further details, as the solicitation emphasizes the importance of safety and compliance in handling explosive materials.
    (W16) Brand Name Mandatory for Procure EDS system
    Dept Of Defense
    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.
    US Air Force Prepositioning Vessel
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information regarding the procurement of a one-time charter for a self-sustaining container ship capable of transporting ammunition and other cargo. The vessel, which can be either US or foreign-flagged (to be reflagged as US), must meet specific operational requirements, including a minimum speed of 16 knots, a range of 13,000 nautical miles, and the capacity to accommodate 900 20-foot ISO containers with environmental control systems. This charter is critical for the rapid deployment and prepositioning of hazardous cargoes, with an anticipated delivery date of July 12, 2027, at Military Ocean Terminal Sunny Point (MOTSU) in North Carolina. Interested parties are required to submit their company and vessel details, availability, and other relevant information by December 22, 2025, to the primary contact, Reah Norris, at reah.d.norris.civ@us.navy.mil.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.