US Navy Virginia Class Submarine Scrubbers Repair
ID: N32253-25-R-0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPEARL HARBOR NAVAL SHIPYARD IMFPEARL HARBOR, HI, 96860-5033, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is conducting market research to identify qualified contractors for the repair and maintenance of CO2 scrubbers on Virginia-Class submarines. The procurement aims to secure technical assistance, including the removal, re-installation, and operational testing of the #1 and #2 CO2 scrubbers, which are critical for maintaining environmental compliance and operational efficiency aboard naval vessels. This opportunity emphasizes adherence to federal regulations, particularly the Resource Conservation and Recovery Act, ensuring proper management and disposal of hazardous waste generated during maintenance activities. Interested parties must submit their capability statements by February 7, 2025, at 0900 HST, to Amber Burgess at amber.m.burgess7.civ@us.navy.mil, as this notice is solely for market research and not a request for proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Navy's HRMC (NMD) has issued specifications (HRMC-505-25) detailing the requirements for hazardous waste management and maintenance for CO2 scrubbers aboard naval vessels. Effective through November 18, 2024, this document outlines various tasks, including environmental compliance, quality management, and strict protocols for handling toxic materials. The specifications emphasize adhering to federal laws, specifically the Resource Conservation and Recovery Act, regarding the identification, management, and disposal of hazardous waste produced on naval vessels. It mandates comprehensive documentation of waste types generated, along with reporting and certification of disposal actions. Additionally, the document defines the necessary maintenance and operational testing of CO2 removal plants, ensuring compliance with established manufacturer standards. By delineating these responsibilities, the HRMC aims to protect the environment and maintain safety standards aboard naval operations, highlighting its commitment to regulatory compliance and best management practices for waste reduction and disposal.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Virginia Class San Tank IDIQ
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is issuing a Request for Quote (RFQ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on cleaning and certifying Virginia Class Sanitary Tanks. The contract aims to ensure compliance with safety and environmental regulations while providing essential maintenance services for Navy submarines, emphasizing the importance of operational safety and environmental health standards. This opportunity is a 100% small business set-aside, with proposals due by February 19, 2025, at 0900 HST, and interested parties must submit their proposals via email to the designated contacts, Chaune Kuromoto and Amber Burgess. All contractors must be registered with the System for Award Management (SAM) and adhere to stringent safety, health, and security requirements outlined in the associated documentation.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    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 a contractor to provide maintenance services for five Dust and Fume Collectors at the Norfolk Naval Shipyard in Portsmouth, Virginia. The procurement involves quarterly and annual maintenance tasks, including inspections, cleaning, filter replacements, and certification of fire suppression systems, with a contract period spanning from 2025 to 2026, consisting of one base year and an option for an additional year. This maintenance is crucial for ensuring operational efficiency and safety standards within military facilities, adhering to federal and state OSHA requirements. Interested vendors must submit their quotes by March 11, 2025, at 12:00 PM EST, and can direct inquiries to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil or (757) 797-4351.
    Miscellaneous Valve and Pump Removals
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking eligible small businesses to provide services for the removal of miscellaneous valves and pumps from the USNS PECOS. This opportunity is part of a market research initiative and does not constitute a solicitation or guarantee of contract award; the anticipated solicitation release date is around February 21, 2025, with contract awards expected by April 25, 2025. The services will be performed at the contractor's facility, with the overall period of performance extending until September 30, 2025. Interested small businesses, particularly those that are Service-Disabled Veteran-Owned, Certified HUBZone, and Certified 8(a), are encouraged to submit a capabilities statement by February 7, 2025, to Samuel N. Queen at the provided email or mailing address.
    Hydrostatic Testing and Recharge of CO2 Bottles
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide hydrostatic testing and recharge services for CO2 fire extinguishers in support of the USS Normandy (CG-60). The procurement includes a firm-fixed-price purchase order for various services and materials, including testing and recharging of CO2 cylinders, valve rebuild kits, and environmental disposal of waste, with a total of ten line items specified. This initiative is crucial for maintaining fire safety equipment in compliance with military standards, as Naval Station Norfolk lacks the capability to perform these tasks in-house. Interested small businesses must submit their quotes by the specified deadline via email to the primary contact, Joseph Frech, at joseph.l.frech.civ@us.navy.mil, with the performance period set from February 17 to February 21, 2025, at a contractor facility within 30 miles of Norfolk Naval Base.
    Repair of Virginia Class Propulsor Rotor Assembly
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a qualified contractor for the repair of one Virginia Class Propulsor Rotor Assembly, with the solicitation number N00104-25-Q-F011. The procurement involves the repair of the assembly, identified by NSN 2S 2010-01-534-8269 P2, utilizing FAR Part 13 Simplified Acquisition Procedures, with a required delivery date set for January 31, 2027. This assembly is critical for the propulsion systems of Virginia Class submarines, underscoring its importance to naval operations. Interested contractors can reach out to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL for further details, with the solicitation expected to be available electronically approximately 15 days from the posting date.
    USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to solicit proposals for the Docking Selected Restricted Availabilities (DSRA) of the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77) for fiscal year 2026. The procurement aims to ensure that both vessels are mission-ready and capable of maintaining satisfactory readiness until their next scheduled depot availability, with the USS PEARL HARBOR's DSRA expected to last approximately 19 months from December 2025 to June 2027, and the USS O’KANE's DSRA anticipated to take about 12 months from January 2026 to January 2027. This contract is critical for maintaining the operational capabilities of the Navy's fleet and will require a contractor with substantial facilities and resources to manage extensive ship maintenance, repair, and modernization tasks. Interested parties should monitor the solicitation release on or around February 14, 2025, and must be registered in the Solicitation Module in PIEE and the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil.
    Sanitation Tank Cleaning
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified contractors for a federal contract focused on the cleaning of the Operations Sanitary Tank on an S6G Class Moored Training Ship. The objective is to ensure the tank is cleaned to a standard that allows for safe entry and work, adhering to specific cleaning procedures and safety protocols outlined in the Statement of Work. This contract is crucial for maintaining operational readiness and safety standards within naval operations, reflecting the importance of effective waste management services in military settings. Interested small businesses must submit their quotes by February 10, 2025, following a site visit scheduled for February 5, 2025, and are required to register in the System for Award Management (SAM) to be eligible for the award. For further inquiries, contact Jhakira Weathers at jhakira.e.weathers.civ@us.navy.mil or Lillian Kwong at lillian.l.kwong.civ@us.navy.mil.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor for the maintenance, repair, and preservation of two Naval vessels, TWR-7 and TWR-8, at the Puget Sound Naval Shipyard in Bremerton, Washington. The project involves a comprehensive scope of work including modernization tasks such as hull cleaning, installation of new components, and thorough inspections, with the expectation that the contractor's facility can accommodate both vessels. This procurement is significant for ensuring the operational readiness and longevity of critical naval assets, with a total small business set-aside under NAICS code 336611. Interested contractors should prepare for a request for proposals anticipated to be posted in January/February 2025, with contract awards expected in April 2025. For further inquiries, interested parties may contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Repair of Virginia Class Propulsor Rotor Assembly
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting qualified contractors for the evaluation, repair, and modification of a Virginia Class Propulsor Rotor Assembly, specifically NSN 2S 2010-01-534-8269 P2, with a quantity of one unit. The procurement emphasizes the need for firm fixed pricing and adherence to stringent quality and compliance standards, as outlined in the Request for Quotations (RFQ), which includes detailed instructions on inspection procedures, hazardous materials handling, and confidentiality clearances. This opportunity is critical for maintaining the operational readiness of military equipment, underscoring the importance of quality assurance in defense contracts. Interested contractors must submit their proposals by following the guidelines in the RFQ, with delivery expected by January 31, 2026; for further inquiries, they can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.dietrich@navy.mil.