Nitrogen Bottle Refurbishment
ID: N32253-25-Q-1037Type: Solicitation
Overview

Buyer

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

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

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

    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking proposals for the refurbishment of 420 high-pressure (HP250) nitrogen bottles. The contract requires the contractor to perform comprehensive refurbishment services, including hydrostatic pressure testing, thread inspection, media blasting, and recertification of the bottles to ensure they meet safety standards for at least five years. This procurement is critical for maintaining the operational readiness of U.S. Navy vessels, as these nitrogen bottles are essential for various maintenance and operational tasks. Interested small businesses must submit their proposals by August 22, 2025, with a total estimated contract value of $12,500,000, and can direct inquiries to Malia Hutton at malia.e.hutton.civ@us.navy.mil or Evangeline Calaustro at evangeline.calaustro@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, an approved GFP (Government Furnished Property) Attachment, details a solicitation amendment for the "Nitrogen Bottle Refurbishment" program. The solicitation, N3225325Q1037, amendment 0001, dated 2025-06-26, outlines the provision of 2100 "Compressed gas cylinders" (Nitrogen gas cylinders, NSN: HP250) for refurbishment. Each unit has an acquisition cost of $802.00, totaling $1,684,200. These items are classified as "Equipment" for "Return" property usage, are not serially managed, and are to be used "As-Is" without upgrades. This document is a critical component of a federal RFP, providing specific details on the quantity, type, and cost of property involved in the refurbishment program.
    The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) outlines critical Operations Security (OPSEC) requirements for contractors. OPSEC protects sensitive Critical Information (CI) from adversaries, whether classified or unclassified. Contractors may need an OPSEC plan, which identifies and monitors their OPSEC activities, to be submitted after award. All contractors and subcontractors working for PHNSY&IMF must prevent inadvertent disclosure of CI, including Personally Identifiable Information (PII), operational schedules, and equipment details. Prohibited actions include publicizing CI in newsletters, on social media, or via personal email. Unauthorized disclosure can lead to contract termination, criminal prosecution, and penalties. The policy also restricts personal electronic devices (PEDs) in shipyard areas. Contractors must implement countermeasures like shredding sensitive documents, not posting shipyard information online, and immediately reporting any unauthorized disclosures or compromises of CI.
    The Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) seeks a contractor to refurbish and recertify 420 high-pressure (HP250) bottles within 180 days of contract award. The scope of work includes hydrostatic pressure testing, thread inspection and dressing, media blasting, priming, painting (gray with two black bands), stenciling, and replacing valves, seals, and safety components. All refurbished bottles must be certified for at least five years. The contractor will perform all services at their own facility and coordinate delivery with the PHNSY & IMF Technical Point of Contact (TPOC). Failed cylinders must be clearly marked and returned. The contractor must provide a statement/certification of inspection. No security clearance is required, but personnel must maintain strict confidentiality regarding sensitive information. Contractor personnel must identify themselves as contract employees, not government personnel. The document also outlines federal holidays observed by PHNSY & IMF administrators.
    The document, part of the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) solicitation N32253-25-Q-1037 for Nitrogen Bottles, addresses vendor questions regarding the solicitation. Key responses indicate that nitrogen bottle specifications are detailed in the Performance Work Statement (PWS) and clarify that a test stamp, rather than a painted stencil, is required for bottles due to state and federal regulations. The government also stated it does not provide incumbent contract information as it is publicly accessible and directed vendors to the PWS for all necessary solicitation details.
    This government solicitation, N3225325Q1037, is a Women-Owned Small Business (WOSB) set-aside for the refurbishment, recertification, and return of 420 High Pressure (HP250) Nitrogen Bottles for the Pearl Harbor Naval Shipyard IMF. The solicitation is a Request for Proposal (RFP) with an offer due date of August 22, 2025, and a total estimated award amount of USD 12,500,000. The contract has a base period of performance from September 22, 2025, to September 21, 2026, with four one-year option periods, extending the total duration to 66 months. Key aspects include firm-fixed-price arrangements for services, detailed inspection and acceptance procedures at Pearl Harbor, and specific instructions for electronic invoicing via Wide Area WorkFlow (WAWF). The document also outlines various FAR and DFARS clauses related to business ethics, small business utilization, and supply chain security, emphasizing compliance for contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Purchase New Liquid Nitrogen Tank
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    SCBA LIFE EXTENSION
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from Women-Owned Small Businesses (WOSB) for the recertification of 75 MK8 life raft inflation cylinders. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to conduct testing in accordance with DoT-Special Permit 16320, utilizing Modal Acoustic Emissions (MAE) technology to ensure the cylinders meet safety and operational standards. This procurement is critical for extending the service life of the life raft cylinders, which are essential for certifying ships for mission-critical assignments. Proposals are due by December 8, 2025, with the performance period anticipated from January 15, 2026, to March 15, 2026. Interested parties can contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590 for further details.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Buyer not available
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    43--PUMP,DISTILLED WATE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking proposals for the repair or modification of a distilled water pump (NSN 7H-4320-011300015-CP). The procurement involves a single item delivery to DLA Distribution Norfolk, VA, and is restricted to approved sources due to the government's lack of ownership of the necessary data for alternative sourcing. This pump is critical for military operations, and the contract will be awarded only to firms whose inspection systems comply with MIL-I-45208A or equivalent standards. Interested parties must submit their capabilities and proposals within 45 days of this notice, and all inquiries should be directed to Jessica L. Harpel at jessica.l.harpel2.civ@us.navy.mil or by phone at (215) 697-2995.
    16--NRP,BOTTLE MONEX FI
    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 spare parts under the title "16--NRP, BOTTLE MONEX FI." This procurement is categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and involves miscellaneous aircraft accessories and components. The selected contractor will be responsible for supplying these critical components, which play a vital role in maintaining the operational readiness of naval aircraft. Interested vendors can reach out to Caitlin V. Donahue at 215-697-2198 or via email at caitlin.v.donahue.civ@us.navy.mil for further details, as the procurement does not have a set-aside recommendation from the Small Business Administration.
    16--NRP,FILTER,NITROGEN, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of seven units of a nitrogen filter, identified by NSN 7R-1680-016336191-P8, under a presolicitation notice. This item is classified as a commercial/nondevelopmental/off-the-shelf product, and it requires government source approval prior to contract award due to its flight-critical nature. Interested vendors must provide comprehensive documentation demonstrating their capability to produce the item, as only previously approved sources will be considered for this contract, which is essential for maintaining fleet support needs. Proposals must be submitted to Alexis T. Hoepfl at the provided contact information, and interested parties are encouraged to review the NAVSUP WSS Source Approval Information Brochures for detailed submission requirements.
    48--VALVE ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair and modification of valve assemblies. This procurement involves the refurbishment of critical shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. The selected contractor will be responsible for adhering to stringent quality assurance and inspection requirements, with a focus on maintaining traceability and compliance with classified documents. Interested parties must submit their offers by 4:30 PM EST on September 5, 2025, and can direct inquiries to Madison M. Gray at 717-605-4056 or via email at MADISON.M.GRAY4.CIV@US.NAVY.MIL.
    AH-64 Maintenance and Overhaul of Nitrogen Inerting Unit (NIU)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting bids for the maintenance and overhaul of the Nitrogen Inerting Unit (NIU) for the Apache AH-64 helicopter under Solicitation W58RGZ-25-B-0034. This firm-fixed-price contract encompasses a two-year Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, focusing on the overhaul and repair of NIUs, including services for both U.S. and Foreign Military Sales, while adhering to strict quality standards. The procurement is limited to Mission Systems Davenport, Inc. and The Boeing Company due to the unavailability of technical data, with proposals due electronically by December 9, 2025, and the bid opening scheduled for December 10, 2025, at 1:30 PM CST. Interested parties should direct inquiries to Meagan M Melton or Jessica Mangum via their respective email addresses for further information.
    VALVE,SAFETY RELIEF
    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 Safety Relief Valves under a federal contract. The procurement aims to ensure the operational readiness of these critical components, which are essential for maintaining safety in various naval applications. The contract includes specific requirements for repair turnaround time, with a target of 110 days, and mandates government source inspection for quality assurance. Interested contractors should submit their quotes, including pricing and repair turnaround time, to Ashley H. Betlock at ASHLEY.H.BETLOCK.CIV@US.NAVY.MIL or by phone at 717-605-1028, with the expectation of a potential contract award within the coming months.