Hahn & Clay Pressure Tank Lid Repair
ID: N6660425Q0052Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT (6636)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the evaluation and repair of a Hahn & Clay pressure tank under RFQ N66604-25-Q-0052. The procurement aims to restore the tank's pressure capability of 4000 PSI, requiring compliance with the National Board Inspection Code (NBIC) and ASME standards, particularly addressing a broken seal on the tank lid. This pressure tank is critical for conducting environmental qualification testing for the Navy, emphasizing the importance of maintaining operational safety and performance standards. Interested contractors must submit their proposals by January 24, 2024, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or Teresa Michael at teresa.m.michael2.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for the repair of a pressure tank (Hahn & Clay 4000-60-144) at the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT). This facility conducts extensive environmental qualification testing for the Navy, specializing in high-pressure scenarios requiring hydrostatic pressure tanks up to 4000 PSI. The contractor is responsible for evaluating the current pressure vessel design and executing repairs as per the National Board Inspection Code (NBIC) and ASME standards, specifically addressing a broken seal on the tank lid. The repair process includes a Factory Acceptance Test (FAT) to confirm compliance with specifications and requires coordination with Government representatives. Additionally, the contractor must adhere to stringent security protocols for sensitive information management throughout the project. Overall, the SOW emphasizes the necessity of restoring the pressure tank's operational capability to support critical Navy testing and safety standards.
    The site visit instructions for NUWCDIVNPT in Newport, RI, outline procedures for attendees interested in visiting between 05 September 2024 and 18 September 2024. Participants must pre-register via email, obtain a Visit Request Authorization (VAR), and adhere to strict guidelines prohibiting questions during the tour and the use of cameras. Access requires valid identification, such as a common access card (CAC) or a DBIDS card, with unescorted access denied without proper credentials. Visitors must submit detailed visit requests on company letterhead, including personal information such as full name, date of birth, and place of birth, along with a company point of contact. Processing of visit requests may take up to seven business days, and incomplete requests will be denied. The purpose of the visit is framed as encouraging attendance for those interested in understanding NUWC’s operations while maintaining security protocols, highlighting the importance of compliance with government procedures in an unclassified setting.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is soliciting quotes under RFQ N66604-25-Q-0052 for the evaluation and repair of a Hahn & Clay pressure tank. This procurement follows FAR Part 12 and 13, and is open to all qualified offerors, with a focus on capturing the lowest price technically acceptable bids. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) type on a Firm Fixed Price basis, covering evaluation, repairs, and data submission, with a 12-month performance period post-award. Offerors are encouraged to perform a site visit to understand the scope of repairs. Submission requires detailed pricing for specified tasks, including total costs for labor and materials associated with the hypothetical repair to restore the tank’s pressure capability of 4000 PSI. The evaluation criteria emphasize proof of ASME R-Stamp qualification, complete pricing tables, and a detailed repair plan. The offer submission deadline is set for January 24, 2024, with inquiries directed to the designated contact. The attachments provide extensive documentation, including a Statement of Work and technical drawings necessary for the proposal.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    Repair of NIIN 015001903/ RPC PUMP (MISSION SYSTEM)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of the RPC Pump associated with National Item Identification Number (NIIN) 015001903. This procurement involves the repair of five components intended for Foreign Military Sales to Kuwait, and interested contractors must demonstrate their technical capacity for repairs, including whether they are the Original Equipment Manufacturer (OEM). The opportunity is critical for maintaining operational readiness and supporting international defense commitments. Interested parties are invited to submit their proposals, capability statements, or quotations within 45 days of the posting, and inquiries should be directed to Jessica Harpel at Jessica.l.harpel2.civ@us.navy.mil.
    Unfired Pressure Vessel (UPV) Inspections with Amendment 0003
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the inspection of Unfired Pressure Vessels (UPVs) at F.E. Warren Air Force Base in Wyoming. The contract, valued at $11,500,000, requires comprehensive internal and external inspections of 27 pressure vessels, ensuring compliance with federal and state regulations while assessing safety devices and conducting necessary hydrostatic tests. This procurement is critical for maintaining operational safety and integrity of the vessels, which are essential for various military operations. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Rebecca Behne at rebecca.behne@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil for further information.
    Hydrostatic Testing and Recharge of CO2 Bottles
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking contractors to perform hydrostatic testing and recharge of CO2 and AFFF portable cylinders at Naval Station Norfolk, Virginia. The procurement involves the testing and recharging of a total of 131 cylinders, as the local maintenance center lacks the necessary capabilities to conduct these operations. This service is critical for maintaining safety and operational readiness in military environments, ensuring that firefighting and safety equipment is functional and compliant with federal guidelines. Interested contractors should contact Joseph Frech at joseph.l.frech.civ@us.navy.mil or call 757-443-1976 for further details regarding the solicitation process and requirements.
    48--NRP,HIGH LEVEL CTRL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of high-level control valves. This procurement focuses on the manufacturing and supply of non-powered valves, categorized under the NAICS code 332919 and PSC code 4820, which are critical components in various defense systems. The successful contractor will play a vital role in ensuring the operational readiness and reliability of naval equipment. Interested parties can reach out to Ethan Stein at 215-697-2983 or via email at ETHAN.T.STEIN.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    17--CYLINDER,WATER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of water cylinders, classified under the PSC code 1720 for Aircraft Launching Equipment. The procurement aims to ensure the operational readiness and reliability of critical equipment used in naval operations. Interested parties can reach out to Katlyn M. Galetto at (215) 697-6549 or via email at Katlyn.Galetto@navy.mil for further details regarding the presolicitation notice. Additional information regarding funding amounts and key deadlines will be provided in subsequent communications.
    USNS PECOS VALVE AND PUMP REMOVAL
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotations for the refurbishment of miscellaneous valves and pumps for the USNS Pecos, with a focus on commercial services. The procurement, identified by RFQ number N3220525Q4050, requires vendors to provide detailed quotes that include labor, materials, and travel costs, with the contract period spanning from May 2, 2025, to September 30, 2025. This opportunity is critical for maintaining the operational readiness of marine equipment, emphasizing compliance with federal acquisition regulations and technical capability. Interested parties should direct inquiries to Samuel N. Queen at samuel.n.queen2.civ@us.navy.mil or call 757-642-0500 for further details.
    Capstan Main Frame Fabrication
    Buyer not available
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Division Newport, is seeking qualified contractors for the fabrication of the Capstan Main Frame, a critical component for the Towed Array Handling Equipment (TAHE) used in submarine operations. The procurement requires adherence to stringent military standards, including the submission of Certificates of Compliance, Mercury Free Statements, and detailed progress reports to ensure quality and safety in the manufacturing process. This equipment plays a vital role in the deployment and retrieval operations of submarines, underscoring its importance to national defense capabilities. Interested vendors should contact Amy Prisco at amy.k.prisco.civ@us.navy.mil or call 401-832-8503 for further details on the solicitation process and requirements.