BRAND NAME OEM ROSS HEATER & MANUFACTURING CO. INC. WATER-TO-WATER HEAT EXCHANGER BUNDLE REPLACEMENT SERVICES
ID: N0040625Q0301Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Power Boiler and Heat Exchanger Manufacturing (332410)

PSC

HEAT EXCHANGERS AND STEAM CONDENSERS (4420)

Set Aside

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

    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals from qualified small businesses for the procurement of Brand Name OEM Ross Heater & Manufacturing Co. Inc. Water-To-Water Heat Exchanger Bundle Replacement Services. This firm fixed-price supply contract requires the contractor to inspect and replace the existing heat exchanger with a government-provided spare at the US Naval Radio Station (T) in Jim Creek, Washington, with completion expected within 14 working days after award. Interested offerors must submit their proposals by March 18, 2025, and direct any inquiries to Contract Specialist Walid Aslan at walid.m.aslan.civ@us.navy.mil. The solicitation emphasizes adherence to federal procurement regulations and the importance of small business participation.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a 100% Small Business set-aside for the procurement of water-to-water heat exchanger bundle replacement services from OEM Ross Heater & Manufacturing Co. Inc. The anticipated contract will be a firm, fixed-price supply contract, with a submission deadline set for March 18, 2025. Interested offerors must submit inquiries by March 16, 2025, to the designated Contract Specialist, Walid Aslan. The Statement of Work details that the contractor will inspect the existing heat exchanger and replace it with a government-provided spare. The project is based at the US Naval Radio Station (T) in Jim Creek, Washington, and completion is expected within 14 working days after award. The contract emphasizes the need for certified contractors familiar with OEM standards and mandates electronic invoicing through Wide Area Workflow (WAWF). The proposal guidelines highlight the importance of submitting complete offers, including any exceptions to the solicitation terms. Overall, the RFP aims to ensure efficient service delivery while adhering to federal procurement regulations and supporting small business participation.
    This government document is an amendment to a solicitation, specifically extending the submission deadline for offers related to contract N0040625Q0301. The new closing date has been pushed to March 18, 2025, at 12:00 PM PDT, allowing potential contractors an additional week to submit their proposals. The amendment serves to ensure all participants are informed of the changes and includes instructions on how to acknowledge receipt of this modification. The communication is managed by Walid Aslan from NAVSUP FLC Puget Sound, who is the point of contact for this solicitation. It is crucial for bidders to follow the specified acknowledgment methods to ensure their offers are considered valid, emphasizing that late acknowledgments may lead to rejection. This amendment is part of the federally regulated processes related to Requests for Proposals (RFPs) and underscores the importance of adherence to revised timelines in government contracting.
    The government document outlines a Request for Proposals (RFP) for a firm, fixed-price contract focused on the replacement of water-to-water heat exchanger bundle services involving OEM Ross Heater & Manufacturing Co. Inc. The acquisition is designated as a 100% small business set-aside, and contractors must submit responses by 12:00 PM on March 10, 2025. Service performance is required within a 14-day window post-award, coordinating operational testing with the Navy's designated points of contact. The document specifies that the government will select bids primarily based on price but reserves the right to consider past performance. Additionally, bidders must register with the System for Award Management (SAM) to be eligible. The Statement of Work (SOW) details the contractor's responsibilities, from inspection to the replacement of heat exchanger units. It emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses relevant to government procurements, encompassing specific prohibitions and requirements related to contractor business practices. This RFP exemplifies the government's structured approach to solicit commercial items, ensuring that contracts align with established federal guidelines while promoting small business participation.
    Similar Opportunities
    41--HEAT EXCHANGER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a heat exchanger through NAVSUP Weapon Systems Support Mechanicsburg. This procurement requires compliance with specific quality and inspection standards, including the prohibition of mercury contamination, as the heat exchanger will be utilized in submarines and surface ships. The contract will be awarded bilaterally, necessitating the contractor's written acceptance, and all proposals must be submitted with proof of authorization as a distributor if the offeror is not the original equipment manufacturer. Interested parties can contact Catherine H. Tran at (717) 605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil for further details.
    16--HEAT,EXCHANGER
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 12 units of a heat exchanger, identified by NSN 1R-1680-016053546-V2, from AMETEK Thermal Systems Inc., the sole source manufacturer. This procurement is critical as the heat exchanger is a specialized component necessary for various military applications, and no alternative sources or drawings are available for this item. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, with the anticipated award date set for May 2025. For further inquiries, contact Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil or by phone at (215) 697-3992.
    HEAT EXCHANGER,AIR N00383-25-Q-R172
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of two heat exchangers (NSN: 7RE 1660 014926134 GF, P/N: 194222-2-2) on a limited source basis from approved vendors LIMCO-AIREPAIR and HONEYWELL INTERNATIONAL INC. This procurement is critical for maintaining the operational readiness of aircraft systems, specifically in the area of air conditioning, heating, and pressurizing equipment. Interested parties that are not already approved to manufacture this material must submit a Source Approval Request (SAR) within 15 days of this notice, as the procurement will not be delayed for SAR approval. For further inquiries, interested organizations may contact Linda Vong at linda.vong2.civ@us.navy.mil or by phone at 215-697-5936.
    Heat Exchanger
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is seeking contractors for the procurement of heat exchangers. This presolicitation opportunity involves the manufacturing of power boilers and heat exchangers, which are critical components in various naval applications. The goods will be utilized to enhance operational efficiency and reliability within naval systems. Interested parties can reach out to Brooke Steele at brooke.a.steele3.civ@us.navy.mil or call 267-990-6039 for further details regarding this opportunity.
    16--Sources Sought
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking eligible contractors to manufacture a Heat Exchanger (NSN 7RH 1660 015997631, P/N 814209-3). The Government does not possess the necessary data for manufacturing the item. All responsible sources may express their interest and provide capability statements. This is not a request for competitive proposals, but all proposals received within 16 days may be considered. Source approval may be required.
    16--NRP,OBOGS HEAT EXCH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the procurement of heat exchangers related to the NRP and OBOGS systems. This presolicitation opportunity involves the acquisition of miscellaneous aircraft accessories and components, specifically classified under the PSC code 1680. The heat exchangers are critical for maintaining the operational efficiency and safety of aircraft systems. Interested parties can reach out to Brian J. Emde at (215) 697-4313 or via email at BRIAN.J.EMDE.CIV@US.NAVY.MIL for further details regarding this opportunity.
    16--HEAT EXCHANGER,RIGH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of heat exchangers. This opportunity falls under the NAICS code 336413, which pertains to the manufacturing of other aircraft parts and auxiliary equipment, and is classified under the PSC code 1660, focusing on aircraft air conditioning, heating, and pressurizing equipment. The heat exchangers are critical components for maintaining operational efficiency and environmental control in military aircraft. Interested vendors can reach out to Sarah R. Haley at 717-605-3550 or via email at SARAH.R.HALEY2.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    Duct heater
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a duct furnace, Model SCE-125, as part of a total small business set-aside solicitation. This acquisition aims to replace a non-functional heating unit at USCG Base Seattle, where the specific model is required to avoid extensive modifications to existing infrastructure. The contract will be awarded based on the lowest price technically acceptable criteria, with a firm fixed price purchase order anticipated. Interested vendors must submit their quotes by March 20, 2025, at 3:00 PM PST, and all inquiries should be directed to Michelle Myhra via email at michelle.m.myhra2@uscg.mil.
    44--STEAM HEATERS, THIS IS A PRE-SOLICITATION NOTICE ONLY.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DLA MARITIME - PUGET SOUND intends to issue a solicitation for the procurement FOR THE MANUFACTURE OF STEAM HEATERS for the Puget Sound Naval Shipyard and IMF., Maintenance operations. This requirement will be solicited on a 100% small business set-aside basis using the commercial item procedures in FAR Parts 12 and 13. This product is on the non-manufacturer waiver list. It is anticipated that the resultant contract will be a firm fixed price (FFP) type commercial purchase order. This requirement will utilize low price technically acceptable evaluation factors in determining the successful offer. The FOB will be DESTINATION Bremerton, WA. It is anticipated that the solicitation will be posted on or about 01 DECEMBER 2016 The RFQ will be posted on the Navy Electronic Commerce Online (NECO) web link at https://neco.navy.mil and will also be available for download at http://fedbizops.gov/. The closing date of the solicitation will be 15 days from posting.
    USCG BASE KODIAK STEAM WATER HEATER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a commercial steam water heater for Base Kodiak in Alaska. The requirement is for one AERCO model SWDW24 steam water heater, which is essential for efficient water heating operations at the facility. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small businesses in government contracting. Interested vendors must submit their price quotes electronically by March 24, 2025, and ensure they are registered in SAM.gov to qualify for consideration. For further inquiries, vendors can contact Martha L. Bailey at martha.l.bailey@uscg.mil.