Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade)
ID: N4215826_PLC_UpgradeType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVY

NAICS

Relay and Industrial Control Manufacturing (335314)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking industry input for the replacement of process controls in the Radioactive Liquid Waste (RLW) Processing System at Naval Station Norfolk. The objective is to engage qualified businesses capable of removing outdated equipment and installing modern programmable logic controllers (PLCs), along with associated components such as control panels and human-machine interface (HMI) screens, ensuring compliance with industry standards. This initiative is critical for maintaining operational efficiency and safety in handling radioactive waste. Interested parties must submit their capabilities statements and other requested information by December 16, 2025, at 10:00 AM EST, to the designated contacts, Chaunsa Saunders and Jordan Moore, via email, as no hard copy or facsimile submissions will be accepted.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for replacing the antiquated process controls of the Naval Station Norfolk (NSN) Radioactive Liquid Waste (RLW) Processing System. The project involves removing existing equipment, including process control stations, PLC control panels, and tank level indicator control stations, and installing modernized programmable logic controllers (PLCs), wires, inlet/outlet cards, and human-machine interface (HMI) screens. The PWS details specific technical requirements for the new PLCs, memory, I/O characteristics, software, functions, alarm processing, and control panels, ensuring compliance with various industry standards. It also specifies requirements for workstation equipment, data communication, and factory testing. Contractor responsibilities include providing operation and maintenance manuals and adhering to material and equipment standards. NNSY responsibilities cover personnel escort, training, computer access, and oversight. Security requirements mandate DBIDS cards, Secret clearances for classified access, adherence to Privacy Act and CUI regulations, and restrictions on Portable Electronic Devices (PEDs) within controlled areas.
    Lifecycle
    Similar Opportunities
    DOT/NRC RAD WASTE Training
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from qualified small businesses to provide specialized training in DOT/NRC RAD WASTE for personnel involved in radioactive/mixed waste shipping. The training program, which spans 40 hours, is designed to meet regulatory requirements and ensure compliance with Department of Transportation standards, including Load Securement and International Air Transportation Association regulations. This opportunity is critical for maintaining safety and operational efficiency in the handling of hazardous materials. Interested offerors must submit their proposals by December 9, 2025, with questions directed to Jordan Moore at jordan.e.moore.civ@us.navy.mil by December 2, 2025. The anticipated training dates are from January 12 to January 16, 2026.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    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.
    Sources Sought - Paint Booth Cover and Filter Removal and Replacement
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is conducting market research to identify qualified sources for the removal and replacement of the paint booth cover and filters at its facility in Portsmouth, Virginia. The procurement involves providing labor and materials to replace the deteriorated outer cover and pre-filters of an expandable/retractable paint booth, which is critical for maintaining operational efficiency and compliance with safety standards. The project is expected to commence upon award, with a completion timeline of 120 days, and interested vendors must submit their capabilities statements by December 9, 2025, at 12:00 PM EST to the designated contacts, Roshanda Sansom and Jeremy Weible, via email. This opportunity is not a request for proposals, and no compensation will be provided for submitted information.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia, under Solicitation Number SP0600-25-R-0800. This initiative involves transferring ownership and operational responsibilities of the electric utility system to a contractor, who will be tasked with maintaining and providing reliable utility services to the Government for a potential 50-year contract. The procurement emphasizes a best-value selection process, requiring offerors to submit detailed plans addressing service interruptions, operations and maintenance, and cybersecurity, with evaluation criteria prioritizing technical capability, past performance, and risk. Interested parties must register for a virtual pre-proposal conference scheduled for September 17, 2025, and submit proposals by the specified deadlines, with inquiries directed to Andrew Urben at andrew.urben@dla.mil or Brandon Moses at brandon.moses@dla.mil.
    NNSY Fiscal Year 2026 INDUSTRY DAY
    Buyer not available
    The Norfolk Naval Shipyard (NNSY), part of the Department of Defense, is hosting an Industry Day on February 18, 2026, in the Hampton Roads area to engage with the private sector. The event aims to provide insights from NNSY leadership, present a seven-year service requirement forecast, and discuss the capabilities of private sector companies. This in-person event will allow participating companies to showcase their capabilities at dedicated tables and engage in break-out sessions with NNSY departments. Registration is mandatory and must be completed by 5 PM EST on February 4, 2026, with a limit of three participants per company due to space constraints. Interested parties should contact Matthew J. Daigle at matthew.j.daigle.civ@us.navy.mil or call 757-647-0712 for registration and further details.
    Electronic Cooling Water System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is conducting a Sources Sought Notice to identify small businesses capable of providing an Electronic Cooling Water System and related commercial items. The procurement includes specific requirements for brand-name items such as storage bottles, buffer solution kits, conductivity standard solutions, portable multi-meters, and disposable wipes, all falling under NAICS code 334516. This initiative is crucial for ensuring the availability of essential analytical laboratory instruments, which play a significant role in supporting naval operations. Interested parties are encouraged to submit their company information, capabilities, and cost estimates by December 9, 2025, to the primary contact, Samantha Mangum, at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or by phone at 805-625-4875.
    48--NRP,LOW LEVEL CTRL
    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 five units of a low-level control valve, identified by NSN 1R-4820-016611688-E7 and reference number 123SCP9904-1. The procurement is subject to strict source approval requirements, as the item is flight critical and must be acquired from sources specified on a source control drawing, with no adequate technical data available for alternative sourcing. Interested vendors must provide comprehensive documentation to demonstrate their capability to produce or repair the item, and proposals must be submitted with the required source approval information to be considered. For further inquiries, interested parties can contact Katlyn M. Galetto at (215) 697-6549 or via email at KATLYN.M.GALETTO.CIV@US.NAVY.MIL.
    12--CONTROL-POWER SUPPL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure control power supply components for repair and modification purposes. The procurement involves a quantity of 33 units of the National Stock Number (NSN) 7H-1285-012307654-GL, with delivery terms set to FOB Origin. These components are critical for fire control radar equipment, excluding airborne systems, and the government has determined that it is uneconomical to acquire the necessary data or rights for alternative sourcing. Interested parties should contact Logan Mann at (717) 605-1381 or via email at LOGAN.W.MANN.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 45 days of this presolicitation notice.
    CONTROL,POWER SUPPL
    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 CONTROL, POWER SUPPLY units. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific quality and inspection standards, including ISO9001 and MIL-STD packaging requirements. These units are critical for military operations, necessitating timely and efficient repair turnaround times of 106 days post-receipt of the asset. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.