SOURCES SOUGHT FOR VIKING GRATE NOZZLE COMPONENT; NAVFAC HAWAII, JOINT BASE PEARL HARBOR-HICKAM, HAWAII
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / NAVFAC Hawaii is conducting Sources Sought market research to identify potential alternative products for an aircraft hangar bay low-level fire protection fixed foam solution discharge device at Joint Base Pearl Harbor-Hickam, Hawaii. The government is seeking alternatives to the Viking Grate Nozzle Model GN202. Responses are due January 30, 2026.
Scope of Work
The required alternative product must meet specific technical requirements, including:
- Compliance with UFC 4-021-01 Aircraft Maintenance Hangars (latest version).
- Compliance with NFPA 11, Standard for Low-, Medium, and High-Expansion Foam (latest Edition).
- UL listed or FM approved for foam extinguishing systems using synthetic fluorine free foam (SFFF).
- Ability to provide low-level fire protection against aircraft fuel spill fires by discharging foam solution with 360, 180, and 90-degree spray patterns, a minimum throw of 25 feet, from a stainless steel nozzle installed flush with the hangar bay floor and integrated into an epoxy coated ductile iron grated trench cover.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: January 30, 2026, 12:00 p.m. Hawaii Standard Time
- Published: January 23, 2026
Submission Requirements
Interested parties with comparable products are invited to submit:
- Complete technical data, information, and specifications.
- Technical responses must be typed, at least 11-point Times New Roman, not exceeding 2 pages (single-sided 8.5x11 inch), and submitted in Adobe PDF format.
- Company information and a point of contact (name, title, email, phone, mailing address). Submissions should be sent via email to Ms. Jessica Shimoda, Contracting Officer, at jessica.a.shimoda.civ@us.navy.mil.
Additional Notes
This notification is for market research purposes only and does not constitute a commitment by the U.S. Government to issue a solicitation or award a contract. The government will not reimburse any costs associated with information submitted. Proprietary information will be treated appropriately. Incomplete or vague submittals may be disregarded; company brochures should not be submitted.