Flow Meter Verification Test
ID: N3225325Q0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPEARL HARBOR NAVAL SHIPYARD IMFPEARL HARBOR, HI, 96860-5033, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- MEASURING TOOLS (H252)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, is soliciting proposals for Flow Meter Verification Services. The primary objective is to engage a manufacturer-authorized technician to conduct non-invasive verification tests on six Siemens MagFlo meters, which are critical for monitoring dry dock discharges in compliance with environmental regulations. This contract emphasizes adherence to safety and environmental standards, with a submission deadline of January 24, 2025, and a contract award date anticipated for February 5, 2025. Interested contractors must comply with stringent security protocols and provide evidence of qualified personnel, with inquiries directed to Luke Dahlquist at luke.r.dahlquist.civ@us.navy.mil or Lyndon Paloma at lyndon.g.paloma.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines the safety and health work practices required for contractors operating at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). Emphasizing the importance of worker safety, it mandates compliance with federal and local Occupational Safety and Health Administration (OSHA) standards, along with specific Navy safety requirements. Key elements include management leadership, workplace hazard analysis, hazard prevention, and comprehensive training. Contractors must submit a detailed safety and accident prevention plan prior to beginning work, addressing potential hazards such as asbestos, silica, lead, and mercury. They are responsible for maintaining clean work areas, notifying the appropriate authorities of accidents, and ensuring their employees understand fire safety protocols. Moreover, contractors are expected to manage hot work operations, perform monitoring for hazardous conditions, and respect boundaries set for hazardous areas. PHNSY&IMF retains the right to conduct oversight inspections and requires contractors to provide regular reports on workplace incidents and safety compliance. This guidance is critical to prevent workplace mishaps and maintain safe conditions during project execution at the shipyard.
    The "Environmental Protection Guidelines for Contractors on Facilities Projects at Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility" outlines essential environmental compliance measures for contractors engaging in facility projects. The document emphasizes adherence to federal, state, and local environmental regulations, stressing the importance of responsible waste management, protection of natural resources, and spill prevention. Key responsibilities include appointing Environmental Managers with substantial experience to oversee compliance, maintaining worksite cleanliness, and conducting regular inspections. Contractors must submit an environmental protection plan within 45 days post-award and ensure proper handling of hazardous materials, including accurate labeling, storage, and disposal. The guidelines further stipulate specific controls for construction activities, especially in sensitive areas like dry docks, ensuring that proper BMP practices are strictly implemented. Inspectors from the PHNSY&IMF Environment Division will periodically verify compliance while mandates regarding spill or release notifications are clearly stated to mitigate environmental impacts. Overall, the document serves as a comprehensive framework to ensure environmental integrity during facility operations at the Navy's facility, reflecting the government's commitment to sustainable practices.
    The document outlines contractor security requirements for accessing sensitive areas at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). It emphasizes that work is restricted to U.S. citizens and details the process for obtaining access, including specific badge classifications for different security levels (Red and Yellow SACBs). Contractors must obtain prior approval for all work activities and adhere to strict procedural protocols for entering the Controlled Industrial Area (CIA), including advance visit requests and personnel screening. Additional security measures include vehicle access regulations, prohibited photography, and restrictions on portable electronic devices. The document stipulates that contractors must comply with comprehensive safety and security training, ensure their personnel wear identification visibly, and maintain accountability for all issued security badges. Furthermore, any required penetrations or alterations within sensitive areas must be communicated in advance for necessary security measures to be arranged. Overall, these stringent regulations reflect the Department of Defense's commitment to securing sensitive military installations and safeguarding controlled information against unauthorized access, while facilitating the necessary operational work by contractors.
    The document outlines a federal Request for Proposal (RFP) N3225325Q0016 for Flow Meter Verification Services at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility. The proposal requests a manufacturer-authorized technician to perform non-invasive verification tests on six Siemens MagFlo meters, essential for monitoring dry dock discharges in compliance with environmental regulations. The services are set for a contract award date of February 5, 2025, following a submission deadline of January 24, 2025. The contractor must be qualified by Siemens and adhere to strict security protocols due to the sensitive nature of the Controlled Industrial Area. The project emphasizes safety, environmental standards, and timely reporting of verification results. Various clauses are incorporated, detailing contractual obligations and compliance with federal regulations. Additionally, the evaluation criteria indicate that proposals are assessed on technical capability and price to ensure effective service delivery within established government requirements.
    The document outlines a federal solicitation for a contract procurement that is a new requirement for the current fiscal year. It provides the previous solicitation number, N32253-24-Q-0069, but does not disclose the awarded amount. The task requirements largely remain unchanged; however, updates have been made to the Performance Requirements section of the Performance Work Statement (PWS). Notable additions include compliance with the latest document versions and a requirement for evidence of calibrated and up-to-date equipment. This solicitation reflects an adherence to regulatory standards while ensuring that contractors meet updated criteria before project execution. The focus on compliance indicates the government's commitment to maintaining quality and operational integrity in contractor performance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    66--METER,SPECIAL SCALE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a specialized meter, referred to as the "METER, SPECIAL SCALE." This contract involves the manufacture and supply of this item, which is critical for electrical and electronic properties measuring and testing instruments, particularly in naval applications. The procurement is governed by strict quality assurance and inspection requirements, including the necessity for the contractor to have a Government Security Clearance and to ensure that the materials supplied are free from mercury contamination. Interested vendors must submit their proposals by January 9, 2026, and can direct inquiries to Catherine H. Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil.
    66--METER,FLOW RATE IND
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of five flow rate indicator meters (NSN 6680014884331). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year, with a maximum order value of $350,000, and an estimated four orders per year, ensuring a guaranteed minimum quantity of one unit. These flow rate indicators are critical for various applications within military operations, and items will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    LIQUFIER MODULE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the Liquifier Module through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 91 days, with all repairs needing to comply with specified quality standards and government inspections. This module is critical for measuring liquid and gas flow, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested parties should direct inquiries to Alison E. Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL, and must ensure their quotes include unit price, total price, and RTAT details.
    66--TRANSMITTER,LIQUID,
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of liquid transmitters. This contract requires the manufacture of liquid transmitters that meet specific design and quality standards, including compliance with military specifications and the prohibition of mercury contamination, as these items are intended for use on submarines and surface ships. The procurement is critical for maintaining operational capabilities within the Navy, and the deadline for receipt of offers has been extended to January 8, 2025. Interested vendors should direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    VALVE,LINEAR,DIRECT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of linear direct valves. This contract involves the repair and quality assurance of these valves, which are critical components used in various naval applications, ensuring operational readiness and safety. The procurement is governed by a Basic Ordering Agreement and includes specific requirements for inspection, acceptance, and compliance with military standards, particularly concerning the absence of mercury contamination. Interested contractors should submit their quotes by February 2, 2026, and can direct inquiries to Taylor Fasching at 717-605-4323 or via email at TAYLOR.M.FASCHING.CIV@US.NAVY.MIL.
    Data Loggers Calibration & Evaluation
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking interested parties to provide calibration and repair services for Shock and Vibration Environment Recorders, as outlined in their Sources Sought Notice (N6339426Q4006). The procurement includes the calibration of 20 field instruments, repair of 10 field instruments, and shipping services for 2 units, with all calibration services required to meet ISO/IEC 17025:2005 standards and traceability to NIST. This opportunity is critical for maintaining the operational readiness and accuracy of equipment used in various defense applications. Interested vendors must submit their company information, capabilities, and cost estimates by January 15, 2026, at 3:00 PM Pacific Time to Katral U. McKnight-Taylor at katral.u.mcknight-taylor.civ@us.navy.mil.
    PUMP,FUEL,METERING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of fuel metering pumps. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 207 days, with all repairs needing to meet specific operational and functional requirements as outlined in the contract. These pumps are critical components in motor vehicle gasoline engine systems, emphasizing their importance in maintaining operational readiness for military vehicles. Interested contractors should submit their quotes, including unit price, total price, and RTAT, to the primary contact Noah Kuntz at NOAH.R.KUNTZ2.CIV@US.NAVY.MIL or by phone at 771-229-1871, with the solicitation details available for review.
    43--PUMP,CENTRIFUGAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of centrifugal pumps under the contract titled "43--PUMP,CENTRIFUGAL." This procurement aims to fulfill specific quality and design requirements for the pumps, which are critical components in various military applications. The solicitation window has been extended to January 16, 2026, and interested parties must submit their proposals via NECO or email to the primary contact, Nicole Diehl, at NICOLE.A.DIEHL.CIV@US.NAVY.MIL. The contract will be awarded based on compliance with specified requirements and quality assurance standards, with a focus on authorized distributors of the original manufacturer's items.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    VALVE,LINEAR,DIRECT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of linear direct valves under the contract titled "VALVE, LINEAR, DIRECT." The procurement requires contractors to provide repair services that meet specific operational and functional requirements, ensuring compliance with various quality assurance standards and documentation. These valves are critical components used in submarine and surface ship systems, necessitating strict adherence to safety and operational protocols, including the prohibition of mercury contamination. Interested contractors should submit their quotes, including unit price and repair turnaround time, to Tyreese C. Smith at TYREESE.C.SMITH.CIV@US.NAVY.MIL or by phone at 717-605-5937. The contract will be awarded bilaterally, and all submissions must comply with the outlined specifications and deadlines.