Zetec RevospECT Initial Readiness Review
ID: N4215825Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Ship Building and Repairing (336611)

PSC

TECHNICAL REPRESENTATIVE- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (L019)
Timeline
    Description

    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking a qualified contractor to provide oversight and expertise for the implementation of the RevospECT auto-analysis software for heat exchanger tubing inspections on the CVN-69 aircraft carrier. The contract involves a sole source procurement, requiring one expert from Zetec to work on-site from March 14 to June 30, 2025, to assist in troubleshooting and configuration development for various tubing types. This initiative is crucial for maintaining operational readiness and safety standards in naval operations, ensuring effective testing and inspection of critical components. Interested contractors must submit a technical quote separate from pricing, adhering to FAR provisions, and can contact Briana Kellam at briana.n.kellam.civ@us.navy.mil or 757-396-1288 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation (RFQ N4215825Q0021) for commercial items related to the testing and inspection of heat exchanger tubing at Norfolk Naval Shipyard, scheduled from March 14 to June 30, 2025. Zetec is requested to provide oversight and expertise in implementing a new auto-analysis software, RevospECT, for heat exchanger tubing inspections on the CVN-69 aircraft carrier. The contract will primarily involve one Zetec expert working on site during this period to assist in troubleshooting and configuration development for different types of tubing. The proposal follows a sole source procurement, indicating that the government intends to work with only one vendor. Interested contractors must submit a technical quote separate from pricing and adhere to various FAR provisions and clauses. The government will evaluate bids based on technical specifications, delivery, and overall cost-effectiveness, emphasizing the importance of compliance with all set guidelines. The document encompasses detailed instructions for contractors regarding proposal submissions, security clearance requirements, and on-site access protocols. Overall, the solicitation aims to ensure the successful execution of advanced tubing inspections, demonstrating the Navy's commitment to maintaining operational readiness and safety standards in naval operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Warping Capstan #5 Repairs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified vendors to provide technical representative services for the overhaul of the Rexnord Style 86,600 electric disc brake for Warping Capstan 5. The procurement requires vendors to supply all necessary materials and equipment to complete the task, which is scheduled to take place between March 6, 2025, and August 30, 2025, at the shipyard located in Portsmouth, Virginia. This opportunity is critical for maintaining operational readiness and safety standards within naval operations, emphasizing compliance with OSHA regulations and the need for Defense Biometric Identification System (DBIDS) credentials for base access. Interested parties must be registered in the System for Award Management (SAM) and submit their proposals in two volumes—technical and price—by the specified deadlines, with further inquiries directed to Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    USNS SUPPLY HPAC NR 2 Repairs
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotations for maintenance and repair services for the NR2 HPAC equipment aboard the USNS Supply, with performance locations at Craney Island and Norfolk Naval Station in Virginia. The procurement requires Original Equipment Manufacturer (OEM) representatives to inspect and repair the equipment, with the contract performance period scheduled from March 5 to April 19, 2025. This opportunity is critical for ensuring the operational integrity and safety of naval operations, as the equipment is essential for ship functionality. Interested vendors should contact Kimberly Hutchison at kimberly.l.hutchison.civ@us.navy.mil or 757-341-5658, or Molly Dickson at molly.dickson@navy.mil or 564-226-5427 for further details, and must comply with federal contracting regulations, including wage determinations and security protocols.
    Warping Capstan 2 Repairs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified vendors to provide technical representative services for the removal, overhaul, and reinstallation of a Rexnord Style 86,600 electric disc brake on Warping Capstan 2. This procurement is critical for maintaining operational efficiency and safety standards within naval operations, emphasizing the importance of compliance with safety regulations and operational standards. Interested vendors must be registered in the System for Award Management (SAM) and submit separate technical and price quotes by 12:00 PM EST on March 4, 2025, with the contract period running from March 6, 2025, to August 30, 2025. For further inquiries, vendors can contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    JAMES EXHAUST PIPING RENEWAL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the renewal of exhaust piping for the Nr. 3 Ships Service Diesel Generator aboard the USCGC JAMES at Naval Station Norfolk, Virginia. The contract work, scheduled from March 7 to March 14, 2025, requires compliance with Surface Forces Logistics Center (SFLC) standards, including safety measures for hot work, proper fluid handling, and thorough operational testing before and after repairs. This procurement is critical for maintaining the operational readiness and safety of Coast Guard vessels, ensuring adherence to regulatory standards during vessel repair operations. Interested parties should contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil for further details.
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    USNS CODY (STERN RAMP REPAIR)
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for the repair of the stern ramp on the USNS CODY (EPF 14) in Virginia Beach, Virginia. This procurement involves Original Equipment Manufacturer (OEM) support, including labor, materials, and travel, with a focus on compliance with the manufacturer's standards, scheduled for March 3-14, 2025. The repair is critical for maintaining operational readiness and safety standards for military operations, necessitating qualified technical service providers to ensure adherence to rigorous safety protocols. Interested vendors must submit detailed quotes by February 28, 2025, and can contact James E. Greene at james.e.greene7.civ@us.navy.mil or 757-443-2929 for further information.
    Propulsor "PC.1A" and "Leading Edge Ring" repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard, is soliciting quotations for the repair of the propulsor "PC.1A" and "Leading Edge Ring" for a Virginia-class submarine, with a focus on small business participation. This procurement emphasizes compliance with federal acquisition regulations and requires detailed submissions, including adherence to safety, security, and operational protocols during the repair process. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation, with a quote submission deadline set for March 19, 2025. Interested contractors can reach out to Christine Aledo at christine.d.aledo.civ@us.navy.mil or Deanna Yoshida at deanna.k.yoshida.civ@us.navy.mil for further information.
    PAT Testing
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified contractors to perform Pre-Arrival Testing of Carbon Dioxide (CO2) Scrubber systems for Virginia Class Submarines. The procurement involves conducting thorough inspections, operational testing, and evaluations of the CO2 Scrubber systems, with a focus on adhering to safety and security protocols during the testing process. This testing is crucial for maintaining operational efficiency and safety standards within naval operations. Interested vendors must submit their quotes electronically by February 28, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contractors can contact Devlin Horton at devlin.m.horton.civ@us.navy.mil or Kenneth Dietz at kenneth.a.dietz.civ@us.navy.mil.
    Removal, Install, and Test #1 and #2 HPACs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals for the removal, installation, and testing of two Ship's Service High Pressure Air Compressors (HPACs) on a Virginia Class Submarine. The project involves the contractor removing and reassembling existing HPACs, installing new units provided as Government Furnished Property, and performing all necessary mechanical and electrical services in accordance with OEM specifications. This work is critical for maintaining the operational integrity of naval assets and ensuring compliance with safety and regulatory standards. Interested vendors must submit their proposals, including detailed pricing and capabilities, via email by March 12, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590.
    20--CYLINDER,DUPLEX, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of a duplex stainless steel cylinder, part number 556-7107927-46, essential for the SSN 774 Class Hydraulic Accumulator. The procurement requires that the repair be conducted in accordance with specific technical documents and standards, with a focus on restoring the item to a serviceable condition while adhering to strict quality assurance and packaging requirements. This cylinder is critical for submarine operations, emphasizing the importance of maintaining operational readiness. Interested vendors must submit their repair quotes to Steve Smithey via email by February 28, 2025, and are encouraged to provide detailed pricing and turnaround time information as part of their proposals.