Industrial Gases IDIQ N64498-25-SIMACQ-PD-1410-0050
ID: N64498-25-SIMACQ-PD-1410-0050Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of industrial gases, specifically for the Naval Foundry and Propeller Center in Philadelphia, Pennsylvania. The contract aims to ensure the timely delivery, use, and pickup of various industrial gases essential for naval propeller design and manufacturing, with a focus on compliance with Department of Transportation safety standards and a requirement for a Quality Management System aligned with ISO 9001:2015. This procurement is critical for maintaining operational efficiency in naval operations, emphasizing the importance of quality and safety in the materials supplied. Interested contractors must submit their proposals by February 25, 2025, and can contact Judy Secoda at judith.a.secoda.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for a contract concerning the delivery and management of industrial gases for the Naval Foundry and Propeller Center (NFPC). The U.S. Navy's Naval Surface Warfare Center Philadelphia Division is responsible for this non-personal services contract, ensuring no employer-employee relationship between the Government and contractor personnel. The contractor will deliver various gases essential for manufacturing and testing operations at multiple locations within the Philadelphia Naval Foundry over a five-year period, operating under a Firm-Fixed-Price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The contract mandates strict adherence to safety standards, including compliance with U.S. Department of Transportation regulations for gas cylinders and delivery timelines. A quality management system compliant with ISO 9001 is also required. Additionally, thorough security protocols must be followed for contractor access to government facilities, which include background checks and escorted access. Compliance with operational security and controlled unclassified information requirements is emphasized throughout the document. The overall aim of this procurement is to maintain the supply and proper management of industrial gases critical to the U.S. Navy's operational capabilities.
    The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense for managing data items in federal contracts. This form delineates essential data submission parameters, including item numbers, titles, authorities, and submission requirements. Specific data items, categorized for Technical Data Packages (TDP), Technical Manuals (TM), or other types, must be appropriately listed. The document outlines responsibilities regarding the frequency of submissions, acceptable formats, distribution, and necessary contractor certifications. It stipulates the necessity for a 'Certificate of Compliance' as part of the deliverables, along with a structured communications protocol for reporting submissions via email. Additionally, the form underscores the importance of specifying costs associated with each data item, differentiating between multiple pricing groups based on the nature of the data's necessity for the contract. Essential details include maintaining compliance with government standards and ensuring structured submissions to facilitate contractor performance evaluation. Overall, the DD Form 1423-1 plays a crucial role in coordinating and evaluating contracted work related to data management within military and defense contexts, reflecting the emphasis on transparency and accountability in government contracting processes.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense, detailing information required for data item delivery within contracts. It outlines essential categories, including Technical Data Packages and Technical Manuals, and specifies the system or item related to the contract. The form requires detailed identification of the data item, including item numbers, titles, submission dates, and distribution statements. The contractor is responsible for submitting relevant documents electronically within stipulated timeframes, ensuring compliance with government standards. Additionally, it clarifies the price categorization for data items based on their necessity to the contracted effort, defining profits associated with various groups of expenses (Group I to IV). The document aims to streamline data collection, enhance accountability, and ensure requirements adhere to specified military standards, supporting the efficacy of government contracts and grants. It emphasizes the importance of proper data handling and the roles of both the contractor and government personnel in overseeing submittals.
    The document is an amendment to a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for industrial gases at the Naval Foundry and Propeller Center in Philadelphia. It primarily extends the proposal deadline from January 18, 2025, to February 25, 2025, and transitions the solicitation from a Small Business set-aside to 100% unrestricted competition. Key details include the requirement for the contractor to supply a range of industrial gases, the necessity for compliance with Department of Transportation (DOT) standards, and the requirement for contractors to maintain a Quality Management System aligned with ISO 9001:2015. The contract emphasizes non-personal services, detailing the relationship between the government and contractors and outlining security, delivery, and reporting protocols. A Certificate of Conformance is required for each delivery and adequate security measures are to be ensured for contractor personnel accessing government sites. The amendment reflects the government’s commitment to securing competitive and compliant proposals for essential services supporting naval operations.
    The document outlines a federal solicitation (N6449824Q5118) for the procurement of various gases across five years. It details specific products required, such as lab-grade argon, industrial-grade helium, and mix gases, alongside their respective cylinder sizes and maximum quantities for each year. Each gas type is listed with distinct identifiers, including argon (99.998% purity), nitrogen, oxygen, and propane. The document specifies quantities needed on an annual basis, summarizing totals for each year from Year 1 to Year 5. Notably, the prices and total costs are marked as $0.00, indicating that these details may be forthcoming or are not part of the current solicitation. The purpose of this solicitation is to invite proposals for the supply of the listed gases for government use, emphasizing the structured approach typical of government RFP processes. This ensures that agencies can reliably access the necessary materials while maintaining proper standards for purity and composition. The organized format demonstrates the methodical nature of government procurement, facilitating ease of understanding and compliance for potential suppliers.
    The document details a Request for Quotation (RFQ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply industrial gases to the Naval Foundry and Propeller Center (NFPC) in Philadelphia, PA. The procurement is categorized as a Lowest Priced Technically Acceptable (LPTA) and is specifically set aside for small businesses, underscoring the government's commitment to promoting small business participation. The contract will span five years, broken down into annual delivery orders, with various types of industrial gases required across different departments. Key requirements include on-site delivery, quality management systems in alignment with ISO 9001 standards, and strict adherence to safety regulations for transporting hazardous materials. Contractors must register in the System for Award Management (SAM) and complete security protocols to access government sites. The contract emphasizes that no employer-employee relationship exists, and the contractor’s personnel must be clearly identified as such. The document outlines meticulous documentation requirements, including certificates of conformance for certain gas types. Performance expectations, including timelines for delivery and replacement for any defective cylinders, reflect the stringent operational needs of the NFPC to ensure continuous manufacturing and testing capabilities. Overall, this RFQ represents the federal government's structured approach to procurement while ensuring safety and compliance in its operations.
    The document is a Request for Quotation (RFQ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply industrial gases for the Naval Foundry and Propeller Center (NFPC) in Philadelphia, PA. The purpose of this contract is to ensure the delivery, use, and pickup of various industrial gases essential for the design and manufacture of naval propellers. The RFQ specifies a Firm Fixed Price contract and indicates a Lowest Priced Technically Acceptable procurement method, allowing full and open competition for businesses, particularly those classified as small or owned by veterans. Key elements include delivery terms, quality management system requirements, and adherence to safety standards mandated by the Department of Transportation. Contractors must be registered in the System for Award Management (SAM) and provide a completed NIST SP 800-171 Assessment upon award. The RFQ outlines delivery schedules over five years, addresses security measures at military facilities, and mandates certification of gas quality for compliance. The document emphasizes clear roles, responsibilities, and a cooperative relationship between the government and contractors while maintaining rigorous inspection and acceptance protocols to ensure service quality and compliance before payment. Overall, this RFQ reflects government efforts to streamline procurement processes while ensuring safety and efficacy in military operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Propane Gas Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is seeking proposals for propane gas services. The procurement aims to secure reliable propane gas supply and related services, which are essential for various operational needs within the Navy. This opportunity falls under the NAICS code 325120 for Industrial Gas Manufacturing and the PSC code S111 for utilities-gas, highlighting the critical nature of these services in supporting military operations. Interested vendors can reach out to Brooke Steele at brooke.a.steele3.civ@us.navy.mil or call 267-990-6039 for further details regarding the solicitation process.
    Bulk Gases and Amendment 0001
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals for the supply of bulk industrial gases, including nitrogen, argon, oxygen, and helium, to support operations at the Rock Island Arsenal's Joint Manufacturing and Technology Center. The procurement emphasizes timely delivery, compliance with safety regulations, and the maintenance of gas supply systems, with a contract structured as a Firm Fixed Price (FFP) over five ordering periods spanning five years. This initiative is crucial for ensuring operational readiness and safety standards within the facility. Interested vendors must submit their proposals by February 21, 2025, and can contact Heather Petersen at heather.j.petersen.civ@army.mil for further information.
    16--MANIFOLD,GAS CYLIND
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of gas cylinder manifolds. This contract falls under the NAICS code 336413, which pertains to the manufacturing of other aircraft parts and auxiliary equipment, and is critical for maintaining the operational readiness of naval aircraft systems. Interested vendors should note that the procurement includes specific quality requirements and compliance with various federal regulations, including the Buy American Act. For further inquiries, potential bidders can contact Svitlana Shvets at 215-697-6278 or via email at svitlana.shvets@navy.mil.
    BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68--
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the procurement of compressed and liquefied gases, including argon, nitrogen, helium, oxygen, and others. The objective is to secure standard commercial supplies and services at competitive prices, with a focus on small businesses as this opportunity is set aside for total small business participation. These gases are critical for various defense applications, and the BPAs will facilitate timely access to these essential materials while ensuring quality and reliability through a structured evaluation of past performance. Interested vendors must submit their documentation and references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    81--CYLINDER,COMPRESSED, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of compressed gas cylinders. This procurement focuses on commercial and industrial gas cylinders, which are critical for various military operations and applications. Interested parties should reach out to Timika Nicholson at (215) 697-2582 or via email at TIMIKA.NICHOLSON@NAVY.MIL for further details regarding the presolicitation notice. Additional information regarding funding amounts and key deadlines will be provided in subsequent announcements.
    SPE60125R0309 ABO & LN2 NORTHEAST US REG 9.1A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for a Firm-Fixed Price Requirements contract to supply Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) along with ancillary services for a five-year period from July 1, 2025, to June 30, 2030. The contract aims to fulfill the DOD's critical need for these aerospace energy products at multiple military locations across the Northeast United States, ensuring compliance with military specifications and timely delivery. The estimated quantities for ABO and LN2 are substantial, with specific delivery requirements outlined for various bases, emphasizing the importance of reliability and adherence to safety standards in military operations. Interested offerors must submit their proposals by February 21, 2025, and can direct inquiries to Carrie Harmon at carrie.harmon@dla.mil or Jessica Negron at jessica.negron@dla.mil.
    GAS SENS HD ASSY KT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting bids for the procurement of a Gas Sens HD Assy Kit. This kit is essential for the operation and maintenance of military equipment that relies on compressed and liquefied gases, falling under the NAICS code 325120 and PSC code 6830. The procurement is critical for ensuring the reliability and efficiency of naval operations, highlighting the importance of high-quality industrial gas manufacturing. Interested vendors can reach out to Melissa Furness at 717-605-7821 or via email at MELISSA.FURNESS@NAVY.MIL for further details regarding the solicitation process.
    R-CYLINDER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the R-Cylinder, a component critical to ship and boat propulsion systems. The procurement requires contractors to provide a firm-fixed price for the repair services, adhering to specific turnaround times and quality standards, including compliance with MIL-STD packaging and Government Source Inspection. This contract is vital for maintaining operational readiness and ensuring the reliability of naval assets. Interested contractors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL, with the solicitation closing on February 24, 2025, and additional deadlines for submissions on June 28, 2024, and May 15, 2024.
    R-CYLINDER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the R-Cylinder, a component critical to ship and boat propulsion systems. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality standards, including compliance with MIL-STD packaging and government source inspection. This opportunity is vital for maintaining operational readiness within the Navy's fleet, and interested contractors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL by the extended deadline of April 5, 2024. The contract will be awarded based on the contractor's ability to meet the required repair turnaround time of 210 days and other specified conditions.
    3 YEAR IDIQ_FUEL CONTROL, MAIN, T
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for a three-year Indefinite Quantity Contract (IQC) focused on the repair and modification of spare repairable assemblies within the T-64 Fuel Control System, specifically targeting Women-Owned Small Businesses (WOSBs). Contractors will be responsible for providing all necessary parts, adhering to established diagnostic and repair standards, and ensuring timely inspections and reporting under the Web-Based Commercial Asset Visibility (WEBCAV) framework. This procurement is crucial for maintaining the operational readiness of aircraft and missile systems, emphasizing the government's commitment to supporting small business participation in defense contracting while upholding high standards for quality and accountability. Interested parties can contact Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL for further details.