Inspections and Operational Testing for HPAC 1 &2
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), intends to award a sole-source contract for the overhaul and operational testing of High Pressure Air Compressors (HPAC) No. 1 and No. 2 aboard a SEAWOLF class submarine. The contractor will be responsible for performing the air end overhaul and shipboard testing in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring compliance with Navy technical manuals and safety protocols. This work is critical for maintaining the operational capacity of the submarine's systems and is scheduled to take place from June 3 to June 23, 2025. Interested parties may express their interest and capabilities by contacting Christopher Cooper or Andrew M. Skelley via email by April 23, 2025, to be considered for this procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a Statement of Work (SOW) outlining the requirements for the overhaul of High Pressure Air Compressors (HPAC) No. 1 and No. 2 aboard a SEAWOLF class submarine at the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF) in Bangor, WA. The tasked contractor is to perform the air end overhaul, shipboard testing, and provide necessary materials and personnel, adhering to OEM specifications and various Navy technical manuals. The work must be completed between June 3 and June 23, 2025, with strict security and safety protocols, including access to Restricted Data concerning Naval Nuclear Propulsion Information. The document specifies work controls, safety procedures, and contractor requirements, including submitting various reports and forms related to the project. Additionally, the government will assist by disposing of and replenishing certain fluids required during the process. Overall, the SOW emphasizes compliance with standards and clear coordination with Navy personnel to ensure operational safety and efficiency during the overhaul and testing phases.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Dept Of Defense
    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).
    4130 SCROLL COMPRESSOR
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of a brand-name 4130 Scroll Compressor from Danfoss Inc. This acquisition will be conducted on a brand-name basis, utilizing FAR Parts 12 and 13, and is set aside for small businesses under the SBA guidelines. The compressors are critical components for refrigeration and air conditioning systems, which play a vital role in various military operations. The solicitation is expected to be posted on the Sam.gov website around December 11, 2025, with quotes due by December 19, 2025. Interested parties should direct any inquiries to Lorraine Small at Lorraine.M.Small.CIV@us.navy.mil.
    COMPRESSOR UNIT,REC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of Compressor Unit, REC. The procurement aims to secure the repair of six units, with a required Repair Turnaround Time (RTAT) of 172 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential equipment used in various defense operations. Interested contractors must submit their proposals via NECO or email by the extended deadline of December 19, 2025, and can reach out to Kristina L. Alexander at 717-605-6055 or via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL for further inquiries.
    USS PINCKNEY (DDG-91) N00024-21-C-4478 MOD A00060
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to add a new work item to an existing sole-source contract with National Steel and Shipbuilding Company (NASSCO) for the USS PINCKNEY (DDG-91) during its Fiscal Year 2022 Depot Modernization Period. This contract modification involves the replacement of the Bleed Air Hose Assembly, which is critical for maintaining the ship's operational capability prior to deployment. The justification for this sole-source action is based on the unique qualifications of NASSCO, as they are the only responsible source available within the current maintenance window, and bringing in another contractor would significantly disrupt the schedule and incur additional costs. Interested parties can contact Jonathon Mata at jonathon.f.mata.civ@us.navy.mil or Erik Lyons at erik.s.lyons.civ@us.navy.mil for further details regarding this procurement.
    FMS Repair - NIIN 013474420 Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of "PUMP UNIT, ROTARY" items, specifically those with National Stock Number 4320013474420 and part number 7591553P3. The procurement requires adherence to the contractor's repair and overhaul standard practices, compliance with MIL-STD-973 for design changes, and the use of mercury-free materials for items intended for submarines and surface ships. This repair service is critical for maintaining operational readiness and safety of naval vessels. Interested contractors must submit their quotations by December 17, 2025, and can direct inquiries to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL.
    FMS Repair NIIN: 013707977 QTY: 1
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a rotary pump (NSN: 7R 4320 013707977) with a quantity of one. The procurement requires compliance with strict specifications, including configuration management and mercury-free standards for use on submarines and surface ships, as well as adherence to detailed packaging and marking requirements for overseas shipment. This repair is crucial for maintaining operational readiness of military equipment, and contractors must utilize ISO 9001 quality management systems while ensuring all inspections meet original manufacturer's specifications. Interested parties can contact Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL for further details.
    41--COMPRESSOR UNIT,REF
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 29 compressor units (NSN 4130011786830) intended for use on the USS BILLINGS (LCS-15). This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 333415, which pertains to the manufacturing of air-conditioning and refrigeration equipment. The compressor units are critical for maintaining operational capabilities aboard naval vessels, ensuring effective climate control and equipment functionality. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via the email address DibbsBSM@dla.mil. The deadline for quote submission is 20 days after the award date.
    28--CASE,COMPRESSOR FRT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a compressor case, identified by NSN 7H-2835-011463530-A1. The procurement involves a quantity of 11 units to be delivered to DLA Distribution San Diego, California, and is classified under the PSC code 2835, which pertains to gas turbines and jet engines. This component is critical for military applications, and the government has determined that it is uneconomical to acquire the data or rights necessary for alternative sourcing or reverse engineering. Interested parties are encouraged to contact Leigh E. Catchings at (717) 605-2864 or via email at LEIGH.E.CATCHINGS.CIV@US.NAVY.MIL for further details, and must respond within 15 days of this notice to express their interest and capability to meet the requirements.
    48--VALVE,NDL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure 12 units of a non-powered valve under the presolicitation notice titled "48--VALVE,NDL." This procurement involves the National Stock Number (NSN) 1H-4820-016589593-D4, with delivery required at the Portsmouth Naval Shipyard in Kittery, Maine. The government intends to negotiate with only one source for this contract, as outlined under FAR 6.302-1, although all responsible sources are invited to express their interest and capabilities within 45 days of the notice publication. Interested parties should contact Noelle M. Smith at (717) 605-3992 or via email at noelle.m.smith10.civ@us.navy.mil for further details.
    Virginia Class SSTG
    Dept Of Defense
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is conducting a sources sought notice to identify contractors capable of providing technical services for the repair of Ship’s Service Turbine Generators (SSTG) on Virginia-class submarines. This opportunity is part of a market research effort and does not constitute a solicitation for proposals; rather, it seeks capability statements from interested parties that can meet the specified requirements. The work involves adherence to various standards and regulations, including environmental compliance and hazardous waste management, as outlined in the attached draft Statement of Work. Interested contractors should submit their capability statements to the primary contact, Yijia Li, at yijia.li2.civ@us.navy.mil by the specified deadline, as telephonic responses are not permitted.