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 (model 4000-60-144). The procurement aims to restore the tank's operational capability to support critical Navy testing, specifically addressing issues related to pressure leaks and surface damage, while adhering to ASME and National Board Inspection Code standards. This contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) on a Firm Fixed Price basis, with a performance period of up to 12 months post-award. Interested offerors must submit detailed quotes by January 22, 2024, and are encouraged to perform a site visit to better understand the project requirements; inquiries can be directed 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.
    The Naval Undersea Warfare Center Division (NUWCDIVNPT) has released a solicitation (RFQ N66604-25-Q-0052) for the evaluation and repair of the Hahn & Clay pressure tank 4000-60-144. The contract seeks an Indefinite Delivery/Indefinite Quantity purchase order based on a Firm Fixed Price structure, with a performance period lasting up to 12 months post-award. Interested offerors must submit detailed quotes, including pricing for evaluation and repair tasks outlined in the Statement of Work, along with documentation such as proof of ASME R-Stamp qualifications. A site visit is encouraged for better understanding of the project requirements. The evaluation criteria will include a combination of technical approach and pricing, with a focus on the overall value offered to the government. Key requirements entail providing a hypothetical repair plan for the tank, addressing issues like pressure leaks and surface damage. All quotes must be submitted by January 22, 2024, and offers received post-deadline may be disqualified. The document includes various attachments that detail the work specifications and requirements. Overall, this solicitation represents a critical procurement effort for maintaining naval equipment integrity.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    DT-513 Series Hydrophones
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.
    Spiratex Hoses
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking quotations for the procurement of custom extruded reinforced TPU tubing and towed array hoses, primarily from The Spiratex Co., which is currently the sole approved supplier for these items. The procurement includes a total of twelve Contract Line Item Numbers (CLINs) for various types of tubing and hoses, which are critical for naval applications, and delivery is required within 25 weeks to Newport, RI. Interested vendors must submit their quotes by December 19, 2025, at 1400 Eastern time, and should direct inquiries to Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525.
    CHAMBER ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair of a Chamber Assembly. The procurement aims to secure a repair turnaround time (RTAT) of 230 days for the Chamber Assembly, which is critical for waste disposal equipment, as indicated by the associated PSC code 4540. This contract emphasizes the importance of timely repairs to maintain operational readiness and compliance with military standards. Interested contractors must submit their quotations by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at 717-605-1884 or via email at JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL.
    66--PRESSURE TESTER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a pressure tester, categorized under the NAICS code 334513, which pertains to instruments and related products manufacturing for measuring, displaying, and controlling industrial process variables. The procurement includes specific requirements for item unique identification, inspection and acceptance protocols, and adherence to various quality assurance standards, emphasizing the importance of compliance with technical specifications and documentation. This equipment is critical for ensuring the operational readiness and safety of naval systems, reflecting its significance in defense operations. Interested vendors should direct inquiries to Brianna L. Walker at 564-226-3029 or via email at brianna.l.walker3.civ@us.navy.mil, with proposals expected to remain valid for 60 days post-quotation submission.
    VALVE,LINEAR,DIRECT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of linear direct valves through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide repair services that meet specific operational and functional requirements, including compliance with various military standards and documentation. These valves are critical components used in submarine and surface ship systems, emphasizing the importance of quality assurance and adherence to strict inspection protocols. Interested contractors should submit their quotes, including pricing and repair turnaround time, to Tyreese C. Smith at TYREESE.C.SMITH.CIV@US.NAVY.MIL or by phone at 717-605-5937, with the contract governed by Basic Ordering Agreement N0010424GZ901.
    43--PUMPING UNIT,HYDRAU, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of hydraulic pumping units. The procurement aims to secure a firm-fixed-price contract for the repair of these units, with a required repair turnaround time of 206 days after receipt of the asset. These pumping units are critical for various military applications, ensuring operational readiness and efficiency. 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.
    48--VALVE AND ACTUATOR - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support (WSS) Mechanicsburg, is soliciting proposals for the teardown, evaluation, repair, and modification of Valve and Actuator units, specifically NSN 7HH 4820-01-544-6503 and NSN 7HH 4820-01-544-7207. The procurement emphasizes firm-fixed-price offers and requires that final delivery occurs within 238 days from the contract's effective date, with past performance being a critical evaluation factor. These components are vital for maintaining operational readiness in naval systems, necessitating compliance with stringent quality assurance standards and access to classified drawings. Interested contractors must submit their proposals by 4:30 PM EST on January 9, 2026, and can direct inquiries to Madison M. Gray at MADISON.M.GRAY4.CIV@US.NAVY.MIL or by phone at 717-605-4056.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.