SOURCES SOUGHT
68 -- SOURCES SOUGHT FOR ENVIRO USP FOAM CONCENTRATE; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
- Notice Date
- 1/22/2026 4:31:35 PM
- Notice Type
- Sources Sought
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
- ZIP Code
- 96860-3139
- Solicitation Number
- N62478CON31FY2606
- Response Due
- 1/30/2026 2:00:00 PM
- Archive Date
- 02/14/2026
- Point of Contact
- JESSICA SHIMODA
- E-Mail Address
-
jessica.a.shimoda.civ@us.navy.mil
(jessica.a.shimoda.civ@us.navy.mil)
- Description
- The Government intends to procure, under only one responsible source, where no other suppliers or service will satisfy the agency requirements. The Naval Facilities Engineering Command, Hawaii is conducting market research to determine if other potential products/sources can provide for a low expansion synthetic fluorine free foam concentrate that has the same requirements/specifications as Enviro USP, manufactured by Dafo Fomtec AB, P.O. Box 683, SE-135 26 Tyreso, Sweden. The alternate product/source must meet the following requirements/specifications: FM approved for use with the Viking Grate Nozzle. Comply with MIL-PRF-32725 and be listed in the Defense Logistics Agency Qualified Product List QPL-32725. Provide a low expansion synthetic fluorine free foam (SFFF) concentrate designed to be proportioned at 3% with fresh water for use in low level fire protection systems in aircraft hangers for protection against fire from an aircraft fuel spill fire. SFFF must not contain fluorinated surfactants and polymers (PFAS). This notification is for market research purposes only and should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation, request for proposals, quotes or invitation for bids or award a contract. Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system. Technical response shall be typed, at least 11 point Times New Roman or larger and shall not exceed 2 pages single-sided 8.5 by 11 inch pages and submitted in Adobe PDF format. Also, provide company information and point of contact (name, title, email, phone, mailing address). The Government will not reimburse any responder for any costs associated with information submitted in response to this sources sought announcement. Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately. The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit your company brochure. Interested parties shall submit information and specifications to Ms. Jessica Shimoda, Contracting Officer via email at jessica.a.shimoda.civ@us.navy.mil. Interested parties responding to this announcement by Friday, January 30, 2025 at 12:00 p.m. Hawaii Standard Time will be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cafe2a272cb648c592d115e0add8d8b7/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07694804-F 20260124/260122230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |