COMPOUND BOOM GATE
ID: N0040625Q0413Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 7:00 PM UTC
Description

The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of Compound Boom Gates to support Submarine Development Squadron 5. The solicitation specifically calls for the HYSECURITY STRONGARM 20 BARRIER GATE with SMART TOUCH CONTROLLER, emphasizing a brand-name requirement in accordance with federal regulations. This procurement is part of a total small business set-aside initiative, encouraging participation from small businesses, including Service-Disabled Veteran-Owned and Women-Owned entities. Proposals are due by noon on April 4, 2025, and interested parties should direct inquiries to Ligaya Payne at ligaya.payne.civ@us.navy.mil, ensuring compliance with all submission guidelines and federal regulations.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 11:04 PM UTC
The government solicitation N0040625Q0413, issued by NAVSUP Fleet Logistics Center Puget Sound, seeks proposals for purchasing Compound Boom Gates to support Submarine Development Squadron 5. The contract is anticipated to be a firm, fixed-price supply agreement. Proposals must adhere to submission guidelines and are due by noon on April 4, 2025. Questions regarding the solicitation should be submitted in writing two days before the deadline, with a specific point of contact identified as Ligaya Payne. The award will primarily be based on price, though past performance may influence decisions for offers deemed not to provide the best value. The solicitation specifies that bidders must quote on all items specified to be considered, and outlines payment methods, delivery expectations, and branding requirements, specifically favoring the OEM brand HySecurity. Key details also address the necessity for offerors to certify their status as manufacturers and provide unique item identifiers for high-value items. The document emphasizes compliance with various federal regulations and clauses. Failure to comply with these regulations and provisions may result in disqualification or rejection of proposals. This solicitation reflects the government's intention to engage with small businesses, including Service-Disabled Veteran-Owned and Women-Owned entities, in its procurement processes.
Lifecycle
Title
Type
COMPOUND BOOM GATE
Currently viewing
Presolicitation
Solicitation
Similar Opportunities
Modular Vehicle Barrier System (Fairchild AFB)
Buyer not available
The Department of Defense, through the 92d Contracting Squadron, is seeking proposals for a Modular Vehicle Barrier System to be utilized at Fairchild Air Force Base in Washington. This procurement aims to enhance security and traffic control by replacing existing barriers with a modular system that allows for rapid deployment and improved manpower efficiency during emergencies. The system must meet specific salient characteristics, including compliance with safety standards, modular adaptability, and ease of use without tools, with delivery expected within 90 days of contract award. Interested small businesses must submit their quotes by April 16, 2025, at 10:00 AM PT, and can contact Nathan Bond at nathaniel.bond@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further information.
NSBNL Auto Doors Maintenance & Repair
Buyer not available
The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is seeking proposals from qualified small businesses for the maintenance and repair of automatic doors at the Naval Submarine Base New London in Groton, Connecticut. The contract encompasses both recurring and non-recurring services, including preventive maintenance and emergency repairs, with a total contract term of up to 60 months, consisting of one base period and four option periods. This procurement is critical for ensuring the operational readiness and safety of facilities, emphasizing the importance of maintaining high standards in service delivery. Proposals are due by 10:00 AM EST on April 28, 2025, and interested parties should direct their submissions to Kirsten Cohoon at kirsten.m.cohoon.civ@us.navy.mil.
Mechanical Gate BPA
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking small businesses to provide maintenance and repair services for mechanical gates at various Army facilities, including Fort Bragg and associated locations. The Blanket Purchase Agreement (BPA) will cover services related to the operational functionality of 22 mechanical gates, including routine maintenance, emergency repairs, and lifecycle replacements, ensuring compliance with Army security regulations. This opportunity is crucial for maintaining security at military installations, and interested firms are encouraged to submit capability statements by April 20, 2025, detailing their qualifications and experience. For further inquiries, potential respondents can contact Jarvis Johnson at jarvis.d.johnson23.civ@army.mil or Mary Matthews at mary.e.matthews51.mil@army.mil.
Bldg. 221 - Replace lower float pier access panels
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the replacement of lower float pier access panels at Building 221. This project involves the removal and disposal of existing panels and the installation of new stainless steel access panels, with a focus on safety, quality compliance, and environmental responsibility. The contract is set aside exclusively for small businesses, with an estimated value between $25,000 and $100,000, and is anticipated to be awarded by June 18, 2025. Interested contractors must register in the System for Award Management (SAM) and submit inquiries to Michelle Farrales or James Wasson via email for further clarification on the solicitation requirements.
VALVE,GATE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of gate valves under the solicitation titled "VALVE, GATE." The contract requires the manufacture and supply of non-powered valves, adhering to strict quality assurance and inspection standards, with a delivery timeline of 120 days from the date of order. These valves are critical components used in various naval applications, emphasizing the importance of compliance with military specifications and quality control measures. Interested vendors must submit their procurement quotes via email to Naryan Smith at NARYAN.SMITH.CIV@US.NAVY.MIL, with all submissions required to include specific documentation and pricing details as outlined in the solicitation.
ARUBA and NETGATE Components
Buyer not available
The Department of Defense, through the Fleet Logistics Center in San Diego, is conducting a market survey to identify qualified contractors for the procurement of components necessary to build 11 SEA2 kits for installation on 11 CNSP Forward Deployed Naval Forces (FDNF) ships. The components, which include various ARUBA and NETGATE items, are essential for ensuring compliance with cybersecurity standards as mandated by the PEO Digital Authority to Operate (ATO) and Security Technical Implementation Guides (STIGs). This procurement is funded by the Navy using FY25 Operations and Maintenance, Navy (O&MN) funding, and interested contractors must submit their qualifications, experience, and business size by 3:00 PM Pacific Standard Time on February 6, 2025, via email to Jennifer Stevens at jennifer.k.stevens7.civ@us.navy.mil. It is important to note that this is not a request for proposals, and submissions must adhere to specified formatting guidelines.
TADD BELLMOUTH
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Pearl Harbor, is soliciting proposals for the procurement of a TADD Bellmouth, part number 04-15-210. This opportunity is aimed at small businesses, including service-disabled veteran-owned and women-owned enterprises, and requires compliance with specific Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. The TADD Bellmouth is critical for aircraft maintenance and repair operations, ensuring adherence to national security standards and quality requirements. Interested vendors must submit their proposals by March 28, 2025, and direct any inquiries to Contracting Officer Wongduean Guajardo at wongduean.a.guajardo.civ@us.navy.mil.
4810 Actuator Valve Assembly, 8 Inch IPS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the procurement of 8 Inch IPS Actuator Valve Assemblies, with a focus on brand-name products from CURTISS-WRIGHT FLOW CONTROL CORPORATION/NU-TORQUE. This acquisition will be negotiated under FAR Parts 12 and 13, emphasizing a firm-fixed price contract based on competitive quotes, with a submission deadline set for 12:00 PM on December 17, 2024. The goods are critical for military applications, and the procurement process encourages participation from small businesses, including service-disabled veteran-owned enterprises. Interested offerors should direct inquiries to Wilfredo Gervacio via email and are responsible for downloading the solicitation documents from Beta.Sam.Gov, ensuring compliance with all specified requirements and regulations.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, which aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining the integrity and reliability of regional water management infrastructure. Interested small businesses must submit sealed offers by April 18, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
Revised Shaw AFB Portable Barrier System and Associated Components
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking information from qualified small businesses regarding the provision of a Portable Barrier System and associated components for Shaw Air Force Base in South Carolina. The procurement includes specific requirements such as one Archer T-1000 Drop Deck Trailer or equivalent, eight Archer 1200 Barriers or equivalents, and seven Archer Arrestor Cables of four feet or equivalent, all designed for anti-terrorism purposes. This initiative underscores the government's commitment to enhancing security measures at critical checkpoints with portable, user-friendly solutions that require minimal maintenance and can be rapidly deployed. Interested parties are encouraged to submit their capability statements to Ms. Anna Mallett at anna.mallett@spaceforce.mil and Ms. Mar Rodriguez Martinez at mariadelmar.rodriguezmartinez@us.af.mil, as no questions or offers should be submitted at this time.