Divers Life Support System (DLSS) Routine Maintenance Services
ID: N00244-25-R-0016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide routine maintenance services for Divers Life Support Systems (DLSS) utilized by the Explosive Ordnance Disposal Group One (EODGRU1) in San Diego, California. The procurement aims to ensure the operational readiness and safety of diving equipment through comprehensive maintenance, including hydro testing, cleaning, and calibration of various components, all performed by certified technicians adhering to Navy and NAVSEA standards. This contract is critical for maintaining the safety and effectiveness of Navy missions, with a performance period from February 12, 2025, to February 11, 2026, and an offer submission deadline extended to January 31, 2025. Interested parties should contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for the routine maintenance of Divers Life Support Systems (DLSS) for the Explosive Ordnance Disposal Group One (EODGRU1). The primary objective is to ensure the operational readiness and safety of diving equipment used in Navy Expeditional Combat Command (NECC) missions. Key tasks include hydrostatic testing, maintenance of various gas cylinders and compressors, and compliance with NAVSEA certification standards. The contractor must employ certified technicians for specialized tasks and complete maintenance in accordance with stringent military standards. Delivery of services is expected within set turnaround times, with comprehensive documentation required for any failures during testing. Safety and quality assurance measures are mandatorily enforced, with regular status updates to the Contracting Officer Representative (COR). The proposed contract period runs from January 10, 2025, to January 9, 2026, with performance oversight to guarantee adherence to standards. The document aims to facilitate procurement within government frameworks to ensure reliability and safety in diving operations.
    The document outlines a request for past performance data concerning a contractor as part of Solicitation N00024-25-R-0016, issued by NAVSUP FLC San Diego. It serves to evaluate the contractor's performance history to predict success in fulfilling government contract requirements. Key sections include the contractor's information, a detailed evaluation form assessing variousQuality metrics, such as Quality of Deliverables, Timeliness, and Contractor Responsiveness. Respondents are prompted to rate customer satisfaction, instances of rework, timeliness of submissions, issue resolution capabilities, and cost control measures. Additional observations regarding the contractor's strengths and weaknesses are also solicited, as well as recommendations for further points of contact. The document is critical for ensuring that past performance assessments support informed procurement decisions, reinforcing the significance of contractor capability within government RFPs and grants. Overall, it emphasizes the need for comprehensive, objective evaluation mechanisms in federal contracting processes.
    The document outlines specific personnel certification requirements for a contractor involved in oxygen-related operations, emphasizing safety and compliance. The contractor must provide at least one employee certified in three key areas: Precision Oxygen Cleaning, hydrostatic testing as designated by the D.O.T., and the cleaning, operation, maintenance, and repair of various oxygen booster pumps (specifically mentioning Haskell and Hydraulics International brands). These certifications ensure that personnel are adequately trained and qualified to handle oxygen systems, thereby mitigating risks associated with improper handling. The clarity of these requirements indicates a structured approach to maintaining high operational standards in safety-critical environments. This document is part of a broader request for proposals (RFP) process within governmental frameworks, aimed at securing capable contractors for specialized tasks in compliance with federal and state regulations.
    The Quality Assurance Surveillance Plan (QASP) outlines measures to ensure effective oversight of Divers Life Support System (DLSS) Routine Maintenance Services. Its primary goal is to verify timely and accurate completion of services, including equipment maintenance, hydro testing, and inspection of various components such as piping and gas cylinders. Performance standards are established, focusing on task scheduling, deliverable specifications, and contractor past performance under FAR guidelines. Surveillance methods include random sampling and inspections, complemented by assessments of contractor adherence to contract requirements, resulting in ratings reflected in the Contracting Officer’s annual report. Performance measurement encompasses criteria for deliverables and invoicing accuracy, with expectations set at agreeable levels to be deemed satisfactory. The plan allows for corrective actions through Contract Discrepancy Reports for underperformance, which could lead to contract termination or loss of future opportunities. Additionally, the initiative incentivizes contractors to provide quality services promptly, reinforcing accountability and compliance with governmental expectations.
    The document outlines a Performance Work Statement (PWS) for routine maintenance services for the Divers Life Support System (DLSS) used by Explosive Ordnance Disposal Group One (EODGRU1) of the U.S. Navy. It details the scope and expectations, including maintenance, hydrostatic testing, refilling, and cleaning of various equipment, such as gas cylinders, pumps, and diving chambers, to ensure they are operational and compliant with Navy standards. Certification requirements are specified for technicians performing these services, including compliance with relevant Navy, D.O.T., and MIL-STD regulations. The document also establishes the required deliverables, such as monthly status reports detailing serviced equipment and turnaround times. It clarifies the timeframe for maintenance services from February 12, 2025, to February 11, 2026, and emphasizes adherence to safety and quality assurance protocols throughout the contract. Overall, this PWS serves as a comprehensive guide for contractors to ensure proper maintenance and safety of underwater diving equipment critical to Navy missions.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized by the Department of Defense for managing data item submissions related to federal contracts. The form outlines essential information such as contract line items, specific data item descriptions, and submission requirements. In this instance, a monthly status report is required from the contractor for the Divers Life Support System (DLSS), providing a detailed account of equipment serviced, invoiced amounts, and turnaround times. Instructions for completing the form are included, detailing responsibilities for both government personnel and contractors, including submission timelines and distribution requirements. The document delineates various categories of data, such as Technical Data Packages and Technical Manuals, as well as the importance of marking data with distribution statements. This form supports effective contract administration and ensures compliance with government requirements, streamlining communication and reporting processes between contracting offices and contractors involved in defense-related projects.
    The document outlines an amendment to a federal solicitation concerning the revision of the NAICS code from 811310 to 541380, which pertains to testing laboratories and services. The amendment adjusts the required response date to March 5, 2025, and alters the solicitation's financial threshold from $12,500,000 to $19,000,000. The amendment specifies that the solicitation is designed as a small business set-aside and will lead to a Firm-Fixed-Price (FFP) contract. The evaluation will use a comparative basis considering technical merits, past performance, and price, with each factor being of equal importance. Offerors must submit their responses organized into four volumes addressing specific criteria and instructions regarding their proposals, ensuring clarity and adherence to the Performance Work Statement (PWS). Key submission instructions include a requirement for offers to demonstrate technical capability and relevant past performance. Any offerors lacking credible performance history will be evaluated neutrally. The government's evaluation process emphasizes risk assessment, compliance with solicitation requirements, and the potential benefit of proposals, ensuring that contracted work aligns with federal standards and expectations. This process underscores the importance of thorough documentation and presentation of information in government procurement contexts.
    The document outlines an amendment to solicitation R5532125RCEG002, primarily updating the Performance Work Statement (PWS) for routine maintenance services of the Divers Life Support System (DLSS) employed by the Explosive Ordnance Disposal Group One (EODGRU1). The amendment specifies an extension of the offer due time and clarifies the tasks required, including maintenance of various diving equipment such as gas cylinders and oxygen booster pumps, all in compliance with naval safety standards. Key details include the requirement for certified technicians to perform hydrostatic testing, maintenance, and cleaning of equipment, along with necessary safety measures and certifications. The contractor is responsible for all aspects of the maintenance process, adhering to rigorous guidelines and timelines. Additionally, the document outlines deliverables, including a monthly status report detailing the maintenance performed, and emphasizes the importance of quality assurance and compliance with applicable Navy and federal standards. Overall, this amendment reflects the government’s commitment to ensuring the operational readiness and safety of diving equipment through structured maintenance services. The document is critical for contractors bidding to provide these services while maintaining high safety and performance standards.
    This document outlines an amendment to a solicitation for the maintenance of Divers Life Support Systems (DLSS) utilized by the Explosive Ordnance Disposal Group One (EODGRU1). The amendment revises the offer due date to January 31, 2025, updates the period of performance to February 12, 2025, to February 11, 2026, and details specific service requirements for the maintenance of various components, including hydro testing, maintenance of oxygen pumps, and calibration of equipment. The contractor is responsible for adhering to numerous Navy and NAVSEA standards and must demonstrate certifications in precision oxygen cleaning, hydrostatic testing, and the maintenance of diving systems. Deliverables include monthly status reports detailing services performed, turnaround times, and invoicing. The document emphasizes safety, security, and quality assurance with stipulations for compliance with existing military and safety regulations. Overall, the purpose of this solicitation amendment is to ensure the operational readiness and safety of EODGRU1 diver support equipment through comprehensive maintenance services, reflecting federal requirements for government contracting and RFP processes.
    The document is an amendment to a federal solicitation pertaining to the suspension of the offer due date due to a Notice of NAICS Appeal. Originally due on January 3, 2025, the submission deadline has been extended to January 31, 2025, to allow for a decision as outlined in the regulatory provisions of 13 C.F.R. § 121.1103(c)(1)(i). All other terms and conditions remain unchanged. The amendment details the necessity for contractors to acknowledge the receipt of this change to avoid rejection of their offers. It also includes modifications to the project-related attachments such as the Performance Work Statement and the Contractor’s Requirements Submission Matrix, which are critical for bidders. This amendment reflects ongoing adaptations in federal contracting processes in response to appeals, ensuring compliance with established governmental regulations while facilitating contractor participation.
    The document outlines a solicitation (N0024425R0016) for routine maintenance services of Divers Life Support Systems (DLSS) for the Explosive Ordnance Disposal Group One (EODGRU1). The purpose is to ensure that diving equipment is operational and safe for Navy missions over the specified contract period from January 10, 2025, to January 9, 2026. Key tasks include maintenance, hydro testing, and cleaning of various diving system components, with outlined certifications required for contractor personnel. The solicitation details specific service requirements, including hydrostatic testing and maintenance of oxygen booster pumps, compressors, and transportable recompression chambers, which must be conducted by certified technicians. Additionally, the contractor must provide documentation for all services performed and ensure compliance with applicable Navy and industry standards. Payment for services will be processed through the Wide Area Workflow (WAWF), with a monthly status report required from the contractor detailing all equipment serviced, pricing, and turnaround times. The reporting and coordination aspects emphasize the contract's focus on quality assurance and adherence to safety protocols, reflecting the government’s commitment to operational readiness and safety in diving missions.
    The U.S. Small Business Administration's Office of Hearings and Appeals (OHA) has received an appeal regarding the NAICS code assigned to Solicitation No. N00244-25-R-0016 issued by the U.S. Navy on January 2, 2025. The appeal, filed by Tinosa, Inc. on December 27, 2024, prompts specific actions from the Contracting Officer. This includes amending the solicitation to inform interested parties of the appeal within two business days and postponing the closing date for offer submissions until OHA issues a decision. All parties involved must file responses to the appeal by January 17, 2025, after which the record will close. The document outlines procedural instructions regarding filing and serving pleadings and emphasizes compliance with regulatory guidelines for potential contract contenders. OHA decisions will be published online unless confidentiality is requested. Through this appeal process, the OHA ensures fair consideration in government contracting, adhering to statutory frameworks governing federal solicitations, particularly in the context of NAICS code assignments which are vital for appropriate industry classification in federal procurements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PMS-390 Industry Day Questions
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is hosting an opportunity for contractors to engage in the Dry Deck Shelter Maintenance Program and Submarine Rescue Operations and Maintenance contracts. The procurement aims to clarify expectations and timelines for these sophisticated naval operations, with a Request for Proposal (RFP) anticipated in Q4 2024 and contract execution expected in Q3 2026. This initiative is crucial for maintaining operational readiness and ensuring the effectiveness of submarine rescue capabilities. Interested parties can reach out to William Martin at william.r.martin7@navy.mil or 202-781-2497, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot Dive Support Boat, specifically designed for underwater maintenance and repair operations for the U.S. Navy. The contract includes comprehensive responsibilities for the design, construction, and delivery of the vessel, which must adhere to stringent specifications and safety regulations, ensuring operational readiness for dive support missions. This specialized boat will play a critical role in supporting Navy divers during submarine repairs and inspections, emphasizing the importance of durability and compliance with environmental standards. Interested contractors, particularly those classified as Historically Underutilized Business (HUBZone) entities, should contact Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil for further details, with proposals due by March 28, 2025.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Unmanned Hyperbaric Systems Support Services through a firm-fixed price, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement aims to secure comprehensive support services that are critical for the maintenance and operation of unmanned hyperbaric systems, which play a vital role in various defense operations. Interested offerors must adhere to specific submission requirements, focusing on evaluation factors such as Technical Capability, Key Personnel, Safety, Small Business Utilization, Past Performance, and Price, with proposals due by March 24, 2025. For further inquiries, potential bidders can contact Matthew Duong at matthew.h.duong.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil.
    Underwater Training Targets
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified sources to provide Underwater Training Targets Support Services for the Explosive Ordnance Disposal Training and Evaluation Unit TWO (EODTEU TWO). The procurement aims to transport and deliver underwater training targets, including large exercise mine-like objects weighing up to 12,000 pounds, utilizing a licensed vessel for scheduled waterborne events. This initiative is crucial for enhancing the Navy's training capabilities in underwater ordnance and mine countermeasures while ensuring compliance with safety and operational standards. Interested businesses must submit a capabilities statement by February 25, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil, with the anticipated contract starting on July 2, 2025, and lasting five years, potentially extending for an additional six months.
    60' Dive Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
    BROAD AGENCY ANNOUNCEMENT - BIOMEDICAL RESEARCH AND DIVING EQUIPMENT DEVELOPMENT
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is soliciting proposals through a Broad Agency Announcement (BAA) for biomedical research and diving equipment development aimed at enhancing diver health, safety, and performance, as well as submarine escape and rescue capabilities. The primary objectives include improving diving equipment and biomedical aspects related to diver operations, with a focus on areas such as breathing gas supply, human performance, environmental protection, decompression, and submarine rescue strategies. This initiative is critical for advancing the safety and effectiveness of Navy personnel during underwater operations, with contracts typically averaging around $300,000 annually. Interested parties must submit pre-proposals by November 30, 2024, for FY26 funding, with full proposals due by February 28, 2025. For further inquiries, contact Lisa Grayum at lisa.m.grayum.civ@us.navy.mil or Daniel Kough at daniel.w.kough2.civ@us.navy.mil.
    Removal and Replacement of Breathing Air Purification Systems
    Buyer not available
    The Department of Defense, through the Navy Supply Fleet Logistics Center in San Diego, is soliciting bids for the removal and replacement of breathing air purification systems at the Fleet Readiness Center Southwest. The project involves the disposal of two outdated systems and the installation of two new systems, ensuring compliance with specific airflow and pressure requirements, as well as safety and technical standards. These systems are critical for maintaining air quality and operational safety within the facility. Interested contractors must submit their quotations by March 21, 2025, and can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or by phone at 619-556-9627 for further details.
    3655 - Refurbishment of Quantity 32 EA, Oxygen Generator Cells EOG
    Buyer not available
    The Department of Defense, specifically the U.S. Navy's NAVSUP Weapon Systems Support office, is soliciting proposals for the refurbishment of 32 Electrolytic Oxygen Generator (EOG) Cells under solicitation N0010425RF009. The contract aims to enhance operational readiness by ensuring the refurbishment and testing of these critical components, which are essential for various Navy systems, while adhering to stringent compliance and quality standards. Interested contractors must submit their bids by the revised deadline of March 7, 2025, and are required to comply with the Defense Priorities and Allocation System (DPAS) and other specified conditions. For further inquiries, potential bidders can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.dietrich@navy.mil.
    Equipment Maintenance and Repair Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for equipment maintenance and repair services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Southwest Region Fleet Transportation (SWRFT) at various Marine Corps installations. The contractor will be responsible for providing all necessary materials, equipment, personnel, and supervision to maintain and repair fleet transportation equipment, including forklifts and tractors, ensuring operational efficiency and compliance with safety standards. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a contract period starting April 1, 2025, with a base year and four option years, plus a potential six-month extension. Interested parties should contact David Lange at david.lange@usmc.mil or Philip Maaninen at philip.maaninen@usmc.mil for further details.
    Low Pressure Breathing Air Compressor Units Maintenance/Service
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the maintenance and service of Low Pressure Breathing Air Compressor Units (LPBACUs) at Submarine Base Bangor in Silverdale, Washington. The procurement involves a non-personal services contract that requires the contractor to perform inspections, scheduled maintenance, and emergent repairs on two LPBACUs, adhering to Original Equipment Manufacturer (OEM) guidelines to ensure uninterrupted operation. This contract is critical for maintaining operational integrity and safety in military environments, emphasizing compliance with federal security procedures and safety regulations. Interested parties can contact Isaiah Fontenot at isaiah.m.fontenot.civ@us.navy.mil or Brian Fergus at james.b.fergus2.civ@us.navy.mil for further details, with the contract expected to be a firm fixed price type and include four optional years of service.