Removal and Replacement of Breathing Air Purification Systems
ID: N00244-25-Q-0104Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing (333413)

PSC

AIR PURIFICATION EQUIPMENT (4460)

Set Aside

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

    The Department of Defense, through the Navy Supply Fleet Logistics Center in San Diego, is soliciting bids for the removal and replacement of breathing air purification systems at the Fleet Readiness Center Southwest. The project involves the disposal of two outdated systems and the installation of two new systems, ensuring compliance with specific airflow and pressure requirements, as well as safety and technical standards. These systems are critical for maintaining air quality and operational safety within the facility. Interested contractors must submit their quotations by March 21, 2025, and can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or by phone at 619-556-9627 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines a Statement of Work for the removal and installation of breathing air purifying systems at the Fleet Readiness Center Southwest (FRCSW) in San Diego, CA. It specifies the removal of two outdated systems from Buildings 1540 and 1541 and the installation of two new replacement systems within Building 1541. The contractor must ensure proper functionality and provide training for maintenance personnel on operation and upkeep. The project includes repositioning one unit from outside to inside to prevent corrosion and establishing interconnecting piping to allow service crossover between both booths. The contract is a Firm-Fixed-Price order, prohibiting additional charges without prior authorization. All services will be performed during standard hours, and the contractor needs to ensure compliance with technical specifications and contractual limitations. Security protocols are established for base access, requiring the contractor's staff to submit detailed personal information in advance. Invoicing must be submitted electronically, adhering to the specified timelines. This document emphasizes the government's focus on operational safety and adherence to budgetary constraints while maintaining compliance with established standards.
    This document is a Request for Quotation (RFQ) from the US Navy, specifically for the removal and installation of breathing air purification systems at the Fleet Readiness Center Southwest in San Diego, CA. The RFQ number is N00244-25-Q-0104, and submissions are due by March 21, 2025. The contractor is responsible for disposing of two obsolete systems and installing two new systems as outlined in the attached statement of work. Key specifications include ensuring the systems meet precise requirements for airflow and pressure. The contractor must possess relevant equipment knowledge and ensure compliance with safety and technical standards. All services are to be delivered on a Firm Fixed Price basis, with payments processed through the Wide Area Workflow system. Additionally, contractors must provide required certifications and are advised of specific operational restrictions, including limitations on additional labor or services outside the agreed terms. It emphasizes the necessity for contractors to understand the process for base access and the submission of necessary documentation. The document underscores the importance of adhering to federal acquisition regulations and policies throughout the contract process.
    The RFQ N00244-25-Q-0104 outlines the requirements for the procurement and installation of new Breathing Air Purification Systems at two buildings, specifically relocating systems from outside Building 1540 to inside Building 1541. The requested specifications include the capacity to supply 42 SCFM at 100 psig, compliance with NEMA4 outdoor-rated controls, and the installation of new ¾" copper piping. The project involves the removal of two outdated breathing air systems and the installation of two replacements, ensuring compatibility for either system to operate when one is down. Additionally, the contractor must provide training for personnel on system operation and maintenance to meet manufacturer specifications. Overall, this RFQ exemplifies the government's commitment to safety and operational efficiency in maintaining breathing air quality standards in its facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Divers Life Support System (DLSS) Routine Maintenance Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide routine maintenance services for Divers Life Support Systems (DLSS) utilized by the Explosive Ordnance Disposal Group One (EODGRU1) in San Diego, California. The procurement aims to ensure the operational readiness and safety of diving equipment through comprehensive maintenance, including hydro testing, cleaning, and calibration of various components, all performed by certified technicians adhering to Navy and NAVSEA standards. This contract is critical for maintaining the safety and effectiveness of Navy missions, with a performance period from February 12, 2025, to February 11, 2026, and an offer submission deadline extended to January 31, 2025. Interested parties should contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil for further details.
    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.
    44--FILTER UNIT, AIR PU, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors for the procurement of air purification filter units, which are essential for the repair and modification of existing systems. This presolicitation opportunity is set aside for total small businesses, in accordance with FAR 19.5, emphasizing the government's commitment to supporting small business participation in federal contracting. The air purification equipment plays a critical role in maintaining air quality and operational efficiency within military environments. Interested parties should reach out to Leigh E. Catchings at NAVSUP Weapon Systems Support via email at leigh.catchings@navy.mil or by phone at (717) 605-2864 for further details and to express their interest in this opportunity.
    Low Pressure Breathing Air Compressor Units Maintenance/Service
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the maintenance and service of Low Pressure Breathing Air Compressor Units (LPBACUs) at Submarine Base Bangor in Silverdale, Washington. The procurement involves a non-personal services contract that requires the contractor to perform inspections, scheduled maintenance, and emergent repairs on two LPBACUs, adhering to Original Equipment Manufacturer (OEM) guidelines to ensure uninterrupted operation. This contract is critical for maintaining operational integrity and safety in military environments, emphasizing compliance with federal security procedures and safety regulations. Interested parties can contact Isaiah Fontenot at isaiah.m.fontenot.civ@us.navy.mil or Brian Fergus at james.b.fergus2.civ@us.navy.mil for further details, with the contract expected to be a firm fixed price type and include four optional years of service.
    Maintenance for (5) Dust and Fume Collectors Annually and Quarterly
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the annual and quarterly maintenance of five Dust and Fume Collector Systems at the Norfolk Naval Shipyard in Portsmouth, Virginia. The contract requires systematic inspections, cleaning and replacing filters, and certifying fire suppression systems, with a performance period spanning from 2025 to 2026, including a base year and an option for an additional year. This maintenance is crucial for ensuring compliance with federal and state OSHA requirements and maintaining safety standards at military facilities. Interested small businesses can contact Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil or (757) 797-4351 for further details.
    F/A-18 Aircraft Maintenance Stand, Full-Wrap
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals from small businesses for the construction and installation of a Full-Wrap Maintenance Stand for F/A-18 aircraft, as outlined in solicitation number N00244-25-R-0025. The stand must be lightweight, customizable, and compliant with OSHA safety standards, featuring removable guardrails, anti-slip surfaces, and storage solutions for tools and maintenance equipment, to facilitate efficient access to various aircraft components. This procurement is critical for enhancing naval aviation maintenance operations, ensuring safety and functionality in support of military readiness. Interested parties must submit their proposals by March 21, 2025, and can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or 619-556-9627 for further information.
    Bow Thruster Nozzle Refurbishment
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for the refurbishment of eight Bow Thruster Nozzles, along with the fabrication of additional parts, including sixteen C-shaped and eight V-shaped belt covers. The refurbishment is necessary due to degradation caused by saltwater and environmental exposure, aiming to extend the service life of the thruster nozzles by 10-20 years through a comprehensive process of cleaning, inspecting, and repairing damaged fiberglass structures, followed by repainting. This procurement is critical for maintaining operational readiness and safety protocols for the U.S. Navy's equipment. Interested contractors must submit their quotations via email by March 6, 2025, and are required to register in the System for Award Management (SAM). For further inquiries, contact Jason Pelle at jason.a.pelle.civ@us.navy.mil.
    3655 - Refurbishment of Quantity 32 EA, Oxygen Generator Cells EOG
    Buyer not available
    The Department of Defense, specifically the U.S. Navy's NAVSUP Weapon Systems Support office, is soliciting proposals for the refurbishment of 32 Electrolytic Oxygen Generator (EOG) Cells under solicitation N0010425RF009. The contract aims to enhance operational readiness by ensuring the refurbishment and testing of these critical components, which are essential for various Navy systems, while adhering to stringent compliance and quality standards. Interested contractors must submit their bids by the revised deadline of March 7, 2025, and are required to comply with the Defense Priorities and Allocation System (DPAS) and other specified conditions. For further inquiries, potential bidders can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.dietrich@navy.mil.
    Air Compressor Travis AFB
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is soliciting quotes for a Firm Fixed Price contract for the installation of an air compressor system at the KC-46 Maintenance Training Facility. The project requires the provision and installation of a compressor that complies with ASME Standard EA-4-2008 and California Administrative Codes, designed to support Advanced Hardware Training Devices (AHTDs) with optimal pressure and airflow specifications. This procurement is crucial for enhancing training operations at the military installation, ensuring that the air distribution system meets the evolving needs of the facility over a planned 50-year lifespan. Interested small businesses must attend a mandatory site visit on March 10, 2025, and submit their quotations by March 21, 2025; for further inquiries, contact Vanessa Siegel at vanessa.siegel.1@us.af.mil or 707-816-3899.
    Rental of One (1) 400 LPAC
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the rental of one electric-powered Low Pressure Air Compressor (LPAC) under Solicitation Number N3904025Q2956. The LPAC must be capable of delivering 400 SCFM of oil-free air at a maximum pressure of 125 PSIG and is intended for outdoor use, with the vendor responsible for all necessary fittings, setup, startup, and commissioning of the equipment. This procurement is crucial for supporting operations at the Naval Operating Base in Norfolk, VA, with a performance period from March 25 to April 21, 2025, and an optional extension to May 5, 2025. Interested vendors should submit their proposals by March 10, 2025, and can contact Gordon Roberts III at gordon.j.roberts14.civ@us.navy.mil or 207-451-7119 for further information.