PNSY-Sanitary Tank Cleaning
ID: N3904026Q2982Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

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

    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines Operations Security (OPSEC) contract requirements for the Portsmouth Naval Shipyard (PNSY), emphasizing the protection of Critical Information and Indicators (CII) from unauthorized disclosure. Contractors are responsible for safeguarding both classified and unclassified sensitive information, including Personally Identifiable Information (PII), operation schedules, and equipment capabilities. An OPSEC Plan may be required, depending on the contract's nature, and must be submitted prior to the start date. The use of portable electronic devices (PEDs) is controlled, and strict countermeasures are outlined to prevent information compromise, such as restricting discussions, prohibiting social media posts, and controlling photography within shipyard work areas. Violations can lead to contract termination or criminal prosecution. All unauthorized disclosures or compromises must be immediately reported to relevant security personnel.
    This government file, Wage Determination No. 2015-4011 Revision No. 31, outlines the minimum wage rates and fringe benefits for service contract employees in Eliot and Kittery, York County, Maine, effective August 5, 2025. It details hourly rates for various occupations, from administrative support to technical roles, and specifies compliance requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded before or after January 30, 2022. The document also mandates health and welfare benefits, paid vacation, and eleven federal holidays. Special provisions cover computer employees' exemptions, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. The conformance process for unlisted occupations is also described, emphasizing the use of the "Service Contract Act Directory of Occupations" to ensure proper classification and compensation.
    This government file outlines critical performance requirements and surveillance methods for contractors, particularly in contexts involving submarine and tank maintenance. Key areas include strict prohibitions on personal electronic devices (PEDs) with cameras, ensuring no damage to tank structures, adherence to specific cleanliness standards (SSPC-SP 1), and precise disinfection processes. The document also details requirements for bacteriological testing, proper anode removal, marine chemist certification, adequate ventilation, and mandatory PPE usage. Waste management, including disposal and storage, is emphasized with strict adherence to regulations. Contractor failures can lead to negative CPAR ratings, contract termination, rework at the contractor's expense, financial penalties, and work stoppages. Daily coordination with the PNS Project Management Team is also a critical requirement.
    The Portsmouth Naval Shipyard is soliciting bids for the cleaning and sanitization of two sanitary tanks on a US Submarine in Kittery, ME. This Request for Quotation (RFQ) is a total small business set-aside with a response deadline of December 29, 2025. The scope includes cleaning to SSPC-SP 1 standards, sanitizing with sodium hypochlorite, and bacteriological testing for E.COLI or ENTEROCOCCI. Contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov. Key requirements include confined space atmospheric testing by the contractor, proper waste disposal, and adherence to strict security protocols. Proposals will be evaluated based on technical acceptability, experience, adherence to schedule, and price, with the award going to the lowest-priced technically acceptable offer.
    The DD Form 1423, also known as the Contract Data Requirements List (CDRL), is a standardized form used by the Department of Defense to list data items required from a contractor. It outlines specific data deliverables, such as technical data packages, technical manuals, or other categories, for a given contract or project. The form details information like the data item number, title, authority, contract reference, requiring office, frequency of submission, and distribution requirements. It also provides instructions for both government personnel in preparing the form and contractors in understanding pricing groups (Group I, II, III, and IV) for estimating data item costs. The primary purpose of the DD Form 1423 is to ensure clear communication and agreement on all data deliverables and their associated requirements between the government and the contractor, facilitating effective contract management and data acquisition.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The requirement includes providing a Hobart model No. AM16-BAS-4 sanitizer, along with installation and removal services, to ensure the cutter maintains necessary habitability and sanitary conditions. This procurement is critical as the current unit has a history of failures, and the work will take place at the cutter's location in Cape Canaveral, Florida, with performance dates set for February and March 2026. Interested vendors must submit their quotes by December 15, 2025, and can contact Timothy Ford or Sean Hoy via email for further inquiries.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.
    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).
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.