Nuclear, Biological, and Chemical (NBC) Test Stand Upgrade
ID: W911KF-25-S-0012Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking contractors for the upgrade of the Nuclear, Biological, and Chemical (NBC) Test Stand located at the Anniston Army Depot's Building 133 in Alabama. The project involves installing an air compressor to enhance operational efficiency and providing necessary spare parts, all while adhering to federal and military regulations regarding safety and environmental standards. This upgrade is crucial for maintaining the operational capabilities of the NBC Test Stand, which plays a significant role in defense readiness. Interested contractors should contact Reese Wells at christopher.r.wells36.civ@army.mil, with all work expected to be completed within 180 days of contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for upgrading the Nuclear, Biological, and Chemical (NBC) Test Stand at the Anniston Army Depot's Building 133 and providing necessary spare parts. The contractor is tasked with installing an air compressor that enhances operational efficiency and maintaining safety standards. Included are the specifications for the compressor and a detailed list of essential spare parts, which must conform to various federal and military regulations. The contractor must ensure compliance with safety guidelines, conduct employee training, and provide warranties for the installed equipment. All work must be completed within 180 days of contract award, with careful attention to environmental and waste management protocols. The SOW emphasizes the government's role in providing utilities and monitoring contractor performance, highlighting the importance of safety and regulatory adherence throughout the project. This document serves as a formal request for proposals by the government, seeking to enhance operational capabilities while maintaining rigorous safety and environmental standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SCBA Fill Station with Compressor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of a Self-Contained Breathing Apparatus (SCBA) fill station with a compressor for the 46th CST-WMD in Montgomery, Alabama. The equipment is crucial for Chemical, Biological, Radiological, and Nuclear (CBRN) reconnaissance operations, ensuring compliance with health standards set by the National Fire Protection Association (NFPA) and the Occupational Safety and Health Administration (OSHA). Key requirements include the capability to fill at least two bottles simultaneously, the inclusion of two 6000 psi Fill Bank tanks, and various safety mechanisms to ensure operational safety and compliance. Interested contractors should contact Reginald J. Ellis at reginald.j.ellis.civ@mail.mil or call 334-523-4349 for further details regarding this total small business set-aside opportunity.
    ANSol Thermal Destruction Facility
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Norfolk District, is announcing its intent to procure a specialized 2-Staged Combustion System and Wet Air Pollution Control System for the ANSol Thermal Destruction Facility in Tennessee. This procurement is uniquely tailored to acquire components from Process Combustion Corporation, ensuring compatibility with existing systems and adherence to high-quality operational requirements. The project is critical for the construction of ammunition facilities, emphasizing the importance of specialized systems in maintaining safety and efficiency in military operations. Interested parties are encouraged to respond within fifteen days of this notice for potential consideration, although the government is not obligated to pursue competitive procurement based on the responses received. For further inquiries, contact Philip Mathews at philip.d.mathews@usace.army.mil or call 757-201-7029.
    EMI Chamber B HVAC Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking contractors for the replacement of the HVAC system in Chamber B at the Aberdeen Test Center's EMI Facility. The project involves installing a new propane gas-fired HVAC unit capable of delivering 4000-8000 CFM of conditioned air, along with necessary controls for temperature and humidity management, to restore operational integrity compromised by the outdated system. This procurement is critical for maintaining the functionality of the facility, particularly given its proximity to an operational airport, which imposes specific regulatory compliance requirements. Interested contractors should contact Toni M. Foster at toni.m.foster.civ@army.mil for further details, with the contract's specifics outlined in the combined synopsis/solicitation notice.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    ACC-APG Natick Division FY25 Upcoming Aquisitions
    Buyer not available
    The Department of Defense, through the ACC-APG Natick Division, is announcing upcoming acquisitions for Fiscal Year 2025, aimed at enhancing capabilities related to chemical, biological, radiological, and nuclear defense. The procurement includes a variety of requirements such as the purchase of a CISCO AMP firepower system, professional services, peptide synthesizers, and HVAC maintenance, with contract values ranging from $110,032 to $49,201,610. These acquisitions are crucial for supporting the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND) in its mission to ensure national security. Interested contractors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further details, as the tentative award dates are set for early 2025.
    Z--Hydraulic Test Stand at Bldg 3816 and the Hazmat Storage Locker Electrical Connection, Bldg 3822
    Buyer not available
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a hydraulic test stand at Bldg 3816 and the Hazmat Storage Locker Electrical Connection, Bldg 3822. The hydraulic test stand is typically used for testing hydraulic systems and components. This procurement is for the maintenance, repair, and alteration of real property. No further description is provided.
    Fort Novosel, AL Tank Inspection
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for tank inspection services at Fort Novosel, Alabama, under a combined synopsis and solicitation notice. The procurement aims to secure professional services for the inspection, cleaning, and maintenance of various aboveground storage tanks, ensuring compliance with federal, state, and local regulations. These inspections are critical for maintaining the integrity and safety of fuel storage systems, which play a vital role in military operations and environmental protection. Interested contractors must submit their proposals by March 4, 2025, at 2:00 PM CDT, and can direct inquiries to MAJ Minh Thu Vu at minhthu.t.vu@usace.army.mil or 402-995-2892.
    Elevator Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting offers for elevator maintenance services at the Anniston Army Depot (ANAD) in Alabama. The procurement involves routine preventative maintenance for four elevators, including one passenger elevator and three additional models, over a base year with the possibility of four option years. This maintenance is crucial for ensuring the safety and reliability of elevator operations at the depot, adhering to the ASME Code A17.1 for safety inspections and certifications. Interested contractors must submit their proposals electronically by 10:00 AM on March 5, 2025, and can contact Crystal Hodges at crystal.l.hodges8.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil for further information.
    Letterkenny Army Depot Hybrid, Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) requirements service contract to perform maintenance, repair and software support for the Testek Hydraulic Pump, Motor and Reservoir Test Station Model 720020
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is soliciting proposals for a hybrid service contract to provide maintenance, repair, and software support for the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. The contractor will be responsible for delivering technical assistance, repair parts, and training services, ensuring rapid response times for support and compliance with stringent safety and regulatory standards. This contract is crucial for maintaining operational efficiency and safety at the depot, with a performance period from May 1, 2025, to April 30, 2026, and options for two additional years. Interested parties must submit their proposals by March 7, 2025, and can contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.
    Bldg 975 - Air Compressor Installation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of an air compressor at Minot Air Force Base in North Dakota. The project involves the installation of an 80-gallon air compressor, along with necessary piping and electrical work, including 150 feet of 3/4" air pipe and various electrical connections. This installation is crucial for supporting operations related to the ProFormer Cabinet System, which is essential for bead blasting activities at the base. Interested small businesses must submit their proposals by March 19, 2025, at 10:00 AM CDT, and can direct inquiries to TSgt Jared Bland at jared.bland@us.af.mil or Bridget Moore at bridget.moore.5@us.af.mil. The contract will adhere to Federal Acquisition Regulations and is set aside for small businesses, emphasizing the Air Force's commitment to facility modernization and small business participation.