"Dry Ice" Ventilation Cleaning on a Los Angeles-Class Submarine
ID: N3225326Q0009Type: Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

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

    The Department of Defense, through the Pearl Harbor Naval Shipyard Intermediate Maintenance Facility (PHNSY&IMF), is soliciting proposals for a Firm-Fixed Price contract to perform "Dry Ice" ventilation cleaning on a Los Angeles-Class submarine. This procurement requires offerors to possess a NAVSEA-approved vent cleaning procedure specifically for Los Angeles-class submarines, with the work scheduled to take place from December 1 to December 22, 2025. The contract is a total small business set-aside under NAICS code 336611, emphasizing the importance of maintaining operational readiness and safety standards for naval vessels. Proposals are due by November 12, 2025, at 0900 HST, and interested parties should direct inquiries to Christine Aledo at christine.d.aledo.civ@us.navy.mil or Yijia Li at yijia.li2.civ@us.navy.mil.

    Files
    Title
    Posted
    The Department of the Navy, HRMC (NMD), has issued Specification Number HIRMC-001-26, which outlines requirements for work on naval vessels. The document details standard items applicable to job orders, including environmental compliance, quality management, hazardous substance control, and safety protocols. Key areas include managing hazardous waste (Item 077-11-001), with strict guidelines for identification, documentation, and disposal of contractor-generated, Navy-generated, and co-generated hazardous waste in accordance with federal acts like RCRA. Additionally, the specification covers supply and exhaust ventilation cleaning (Item 512-11-001) using "DRY ICE" methods, emphasizing cleanliness inspections and adherence to process control procedures. The document stresses compliance with federal, state, and local laws, and requires detailed reporting on waste disposal. These specifications ensure environmental protection, safety, and proper maintenance during naval vessel operations.
    The provided government files outline environmental requirements for work at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) on Joint Base Pearl Harbor-Hickam (JBPHH). Key areas include managing and disposing of hazardous and non-hazardous waste, dry dock operations, and additional environmental controls. Specific regulations cover waste characterization, sampling plans, hazardous waste accumulation, and disposal of various waste streams like PCBs, fluorescent bulbs, and non-RCRA waste. Dry dock requirements focus on preventing unauthorized discharges, controlling storm water runoff, managing dust, and establishing containments for hydroblasting and painting. Personnel must undergo specific training, and an Environmental Manager (EM) is required to oversee compliance. The EM's responsibilities include waste management, spill prevention, and ensuring adherence to federal, state, and local environmental laws. The documents also detail procedures for industrial and oily wastewater disposal, including sampling, batch discharge approvals, and handling of bilge water. Radiological fallout controls and proper handling of Ozone Depleting Substances (ODS) are also addressed. The overall purpose is to ensure environmental protection and regulatory compliance during all operations at the shipyard.
    This document outlines safety and health work practices for contractors at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), emphasizing worker safety as the Navy's top priority. Contractors must adhere to federal OSHA standards, NAVSEA Standard Items, and Navy OSH requirements, submitting a safety and accident prevention plan prior to work. The document details specific requirements for managing hazardous materials such as asbestos, silica, MMVF, lead, and mercury, as well as procedures for hot work, confined space entry, and fire safety. Contractors are responsible for ensuring their employees and subcontractors comply with all regulations, provide mishap reports, and maintain clean work areas. PHNSY&IMF, a STAR site under OSHA's VPP, requires contractors to adopt its four core safety elements: Management Leadership & Employee Involvement, Work Site Analysis, Hazard Prevention & Control, and Safety & Health Training. Points of contact for the PHNSY&IMF OSHE Office are also provided.
    The document outlines comprehensive security requirements for contractors accessing the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY&IMF) Controlled Industrial Area (CIA), Security Islands (SI), Controlled Nuclear Information Areas (CNIA), Nuclear Work Areas (NWA), and other sensitive areas, including submarines. These requirements mandate U.S. citizenship for all personnel, with special authorization needed for employees of foreign-owned companies. Access is controlled through Shipyard Access Control Badges (SACBs), which require specific DOD Facility Clearances (FCLs) and Personnel Clearances (PCLs) depending on the sensitivity of the area. The document details procedures for visit requests, badge issuance, security training, accountability for SACBs, work hour restrictions, vehicle access to the CIA, parking regulations, and the handling of classified and unclassified information. It also prohibits unauthorized photography and the use of Portable Electronic Devices (PEDs) in restricted areas, emphasizing strict adherence to security protocols to prevent unauthorized disclosure and ensure safety within PHNSY&IMF spaces.
    The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) outlines Operations Security (OPSEC) requirements for contractors to protect sensitive and Critical Information (CI). OPSEC is a process to safeguard unclassified and classified information from adversaries. Contractors are responsible for preventing inadvertent disclosure, which can lead to contract termination, criminal prosecution, and penalties. An OPSEC plan may be required, or contractors may only need to receive this basic form. Key prohibitions include publicizing CI in newsletters or on social media, transmitting CI to personal emails, and unauthorized third-party distribution. Controlled Unclassified Information (CUI) also requires protection. Personal Electronic Devices (PEDs) are controlled, and their use requires prior coordination with a sponsor. Critical Information includes Personally Identifiable Information (PII), operation schedules, equipment capabilities, and critical infrastructure. Countermeasures involve restricting verbal discussions, prohibiting photography in work areas, shredding sensitive documents, removing badges outside the shipyard, and immediately reporting any compromises to the appropriate authorities.
    This document addresses questions and answers related to solicitation N32253-26-Q-0009, specifically concerning the provision of drawings and duct dimensions. The government will not provide drawings or references for this solicitation. However, it offers approximate dimensions for ventilation ducting, indicating a cross-sectional area ranging from approximately 40 to 60 square inches.
    The document addresses a question regarding solicitation N32253-26-Q-0009, specifically whether the Government will provide drawings or references. The Government's response is that no drawings or references will be provided for this solicitation.
    The Standard Form 1449 (SF-1449) is a multi-purpose government document used for solicitations, contracts, and orders for commercial products and services. It outlines essential information such as requisition and contract numbers, award dates, and solicitation details. The form allows for various solicitation methods, including Request for Quote (RFQ), Invitation for Bid (IFB), and Request for Proposal (RFP). It specifies acquisition types, including unrestricted and set-aside categories for small businesses like Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and HUBZone Small Business. The form details the schedule of supplies/services, quantities, unit prices, and total amounts, incorporating Federal Acquisition Regulation (FAR) clauses. Contractors are required to sign and return the document, agreeing to the terms and conditions. The SF-1449 serves as a comprehensive tool for both government issuing offices and contractors/offerors in federal procurement processes.
    This government solicitation (N3225326Q00090001) is a Request for Quote (RFQ) issued by Pearl Harbor Naval Shipyard IMF for "LA Class Dry Ice Ventilation Cleaning." The solicitation, issued on October 22, 2025, with an offer due date of November 07, 2025, at 09:00 AM, is a 100% small business set-aside under NAICS code 336611 with a size standard of 1300. The scope of work includes dry ice cleaning of shipboard ventilation systems between December 1 and December 5, 2025, and covers firm-fixed-price travel expenses for the period of December 1 to December 22, 2025. Inspection and acceptance will occur at destination (Pearl Harbor Naval Shipyard IMF). The document details various FAR and DFARS clauses, including those related to representations and certifications, Buy American provisions, and unique item identification, emphasizing contractor compliance with federal regulations.
    This government solicitation, N3225326Q00090001, issued by Pearl Harbor Naval Shipyard IMF, is a Request for Quote (RFQ) for commercial products and services, specifically "Dry Ice" cleaning of shipboard ventilation systems. The acquisition is 100% set aside for small businesses under NAICS code 336611. The solicitation was issued on October 22, 2025, with offers due by November 7, 2025, at 9:00 AM. The scope of work includes cleaning supply and exhaust ventilation systems in accordance with HIRMC-001-26 and covers associated travel expenses for work to be performed between December 1 and December 22, 2025. Both services are structured as Firm Fixed Price arrangements, with taxes and fees included. The document outlines standard federal acquisition regulations (FAR) clauses applicable to commercial item acquisitions.
    This document is a solicitation for commercial products and services issued by the Pearl Harbor Naval Shipyard IMF. The solicitation number is N3225326Q00090001, with an issue date of October 22, 2025, and an offer due date of November 12, 2025, at 09:00 AM local time. It is a 100% small business set-aside with NAICS code 336611 and an unspecified size standard. The acquisition method is a Request for Quote (RFQ). The document outlines the general terms and conditions for contractors/offerors, including instructions for completing specific blocks, discount terms, delivery information, and invoicing procedures. It incorporates by reference various Federal Acquisition Regulations (FAR) clauses, specifically FAR 52.212-1, 52.212-3, 52.212-4, and 52.212-5. The solicitation requires the contractor to sign and return copies of the document upon award.
    Similar Opportunities
    USCGC BERTHOLF EXHAUST COMMERCIAL CLEANING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide commercial cleaning services for the exhaust piping system of the USCGC BERTHOLF. The project involves cleaning the exhaust piping and stack uptakes for two Caterpillar 3512B Ship Service Diesel Generators, ensuring that one generator remains operational throughout the process, and requires adherence to specific Coast Guard drawings and safety regulations. This procurement is a total small business set-aside under NAICS Code 336611, with proposals due by December 10, 2025, at 0800 Pacific Time. Interested vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further information.
    Maintenance, Repair, and Preservation of YT-810
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the YT-810 Deception harbor tug. The contract will involve a range of tasks including vessel cleaning, hull preservation, and various repairs, with the work scheduled to take place from March 19 to June 11, 2026, in the Puget Sound, WA region. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which plays a vital role in naval operations. Interested contractors must submit their quotes by December 12, 2025, and are encouraged to participate in a secondary ship check on December 2, 2025; for further inquiries, they may contact Alice Robertson or Chris Davidson via the provided email addresses.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    DISHWASHER MACHINE LEASE AND MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals from Women-Owned Small Businesses (WOSB) for a firm, fixed-price lease agreement for a dishwashing machine, along with maintenance services, at the Naval Station Everett Galley. The contract will cover a base year from January 2026 to January 2027, with four additional 12-month option years extending through January 2031, and includes requirements for monthly preventive maintenance, 24-hour on-call service with a 2-hour response time, and on-site training. This procurement is critical for maintaining operational efficiency in food service operations, ensuring that the galley can meet its sanitation and service standards. Interested contractors should contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, and must adhere to various security requirements and invoicing protocols as outlined in the solicitation posted on November 26, 2025.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    Stern tube/ Dive Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a stern tube and dive inspection of the USCGC RESOLUTE, scheduled to take place from December 15 to December 19, 2025, in St. Petersburg, Florida. The contractor will be responsible for conducting a thorough underwater inspection of the propulsion shaft bearings, focusing on diagnosing noise and vibration issues, and must adhere to safety protocols and communication requirements as outlined in the Statement of Work. Interested contractors must submit their firm fixed price proposals, including detailed cost breakdowns and compliance with federal regulations, by December 10, 2025, at 12:00 PM EST, to Mr. Cornelius Claiborne via email. For further inquiries, potential offerors may contact Mr. Claiborne or Contracting Officer Patricia Fremming.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.
    Propulsor Duct Machining
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the machining of Propulsor Ducts as part of its ongoing efforts to support the United States Navy's submarine propulsor systems. This procurement aims to acquire services that align with the Research and Development, design, testing, acquisition, and delivery processes managed by the Advanced Propulsor Management Office (APMO). The resultant contract will be structured as a combination of Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP), highlighting the critical nature of these components in naval operations. Interested vendors should submit their proposals as unclassified documents and may request classified drawings via email to the designated contacts, Jonathan Mauro and Sam Keith, with proposals due as specified in the solicitation N0016725R0005.