Inspections and Operational Testing on Scrubbers & Burners
ID: N4523A25R6019Type: 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
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a sole-source contract to CEPEDA Associates, Inc. for inspections and operational testing of scrubbers and burners, as well as Air High-Pressure Dehydrator (AHPD) systems for a Seawolf class submarine. The procurement requires Original Equipment Manufacturer (OEM) services to perform Pre-Availability Tests and inspections in accordance with OEM standards, with the contract period estimated from May 12, 2025, to June 6, 2025, at Naval Base Kitsap Bangor. This opportunity is critical for maintaining the operational readiness and safety of submarine systems, ensuring compliance with military standards and protocols. Interested parties must submit their capabilities documentation by April 18, 2025, to the designated contacts, Christopher Cooper and Andrew M. Skelley, via email.

Point(s) of Contact
Andrew M. Skelley, Contracting Specialist
andrew.m.skelley.civ@us.navy.mil
Files
Title
Posted
Apr 11, 2025, 7:09 PM UTC
The Puget Sound Naval Shipyard and Intermediate Maintenance Facility requires Original Equipment Manufacturer (OEM) services for testing CO2 Removal Units, CO/H2 removal units, and Air High Pressure Dehydrator (AHPD) systems for a Seawolf class submarine. The Statement of Work outlines the scope, including Pre Availability Tests and inspections of the respective equipment, with performance scheduled from May 26 to June 6, 2025, at Naval Base Kitsap Bangor. Contractors are responsible for providing all necessary tools, technical expertise, and protective equipment while adhering to specific safety and security protocols, including background checks and access control measures via the Defense Biometric Identification System (DBIDS). The document mandates coordination with government representatives, submission of condition reports within 24 hours after tests, and compliance with cleanliness and operational standards. Quality Assurance Surveillance Plan (QASP) will be utilized to ensure timely and accurate fulfillment of contract requirements. Key deliverables include Condition Found Reports (CFR) and Completion Reports, which document findings and results. Emphasis is placed on proper authorization and safety measures during operations to protect personnel and equipment. The comprehensive nature of the document illustrates meticulous planning and regulation adherence necessary for operational success in a military context.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Inspections and Operational Testing for LPAC 1 &2
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to award a sole-source contract for inspections and operational testing of High Pressure Air Compressors (HPAC) No. 1 and No. 2 on the SEAWOLF class submarine. The contractor, identified as RIX Industries, will perform shipboard work in the engine room, including the overhaul and complete testing of the HPAC systems in accordance with Original Equipment Manufacturer (OEM) specifications. This procurement is critical for maintaining the operational capacity of naval vessels, ensuring compliance with safety protocols and security clearances for personnel accessing sensitive information. Interested parties may express their capabilities by April 23, 2025, and must submit documentation to Christopher Cooper at christopher.t.cooper14.civ@us.navy.mil or Andrew Skelley at andrew.m.skelley@navy.mil, with the contract period set from June 3 to June 23, 2025.
Maintenance, Repair, and Preservation of Bangor Caisson 1 Prime
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking a contractor for the maintenance, repair, and preservation of the Bangor Caisson 1 Prime, a significant asset measuring 108 feet in length and 65 feet in height. The procurement involves a Firm-Fixed-Price contract that requires the contractor to perform various tasks, including asset pickup and delivery, coating renewal, system inspections, and compliance with safety and environmental regulations. This opportunity is crucial for ensuring the operational readiness and longevity of naval assets, with the contract expected to be awarded in September 2025, following a request for proposals anticipated in April/May 2025. Interested parties should contact Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Christopher Campbell at christopher.d.campbell76.civ@us.navy.mil for further information.
Intent to Sole Source Leslie Valves
Buyer not available
The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to procure repair services for Leslie Valve assemblies (model PTLHNS-2) through a sole source contract. The selected contractor will be responsible for restoring the valves to Original Equipment Manufacturer (OEM) specifications, which includes tasks such as inspection, testing for leakage, cleaning, painting, and shipping, all while adhering to strict quality assurance protocols. This procurement is crucial for maintaining government assets and ensuring that specialized equipment operates effectively. Interested parties must submit their capability documentation by October 29, 2024, to Contract Officer Bailey Butler via email at bailey.a.butler2.civ@us.navy.mil, with the contract period expected to run from January 1, 2025, to February 12, 2025.
INTENT TO SOLE SOURCE, OEM BAYOU METAL SUPPLY & MANUFACTURING- SEA CHESTS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is initiating a sole source procurement for OEM Sea Chests from Bayou Metal Supply & Manufacturing. This firm fixed-price supply contract aims to support the Military Sealift Command by providing essential marine equipment, which plays a critical role in the operation and maintenance of naval vessels. The solicitation is expected to be posted around April 24, 2025, with proposals due by May 1, 2025, at 10 AM PDT. Interested parties should direct inquiries to Vicktoria Wright at Vicktoria.E.Wright.CIV@US.NAVY.MIL and ensure they are registered in the System for Awards Management (SAM) to participate in this procurement.
FY25 MV Puget Drydock Maintenance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY25 MV Puget Drydock Maintenance Services, a project set aside exclusively for small businesses. The contractor will be responsible for providing comprehensive shipyard maintenance services, including inspections, repairs, and cleaning for the MV PUGET, to be performed at a facility in the Puget Sound area. This maintenance is crucial for ensuring the operational readiness and safety of the vessel, with the performance period estimated from May 25, 2025, to July 25, 2025. Quotations are due by May 15, 2025, and interested contractors must register in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, contact Geraldine L. Kemp at Geraldine.L.Kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil.
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 soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.
Swagelok Products
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to procure Swagelok products for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) in Bremerton, Washington. This procurement is designated as a 100% Small Business set-aside and will follow FAR Part 12 and 13 procedures, with the expectation of awarding a commercial, Firm Fixed-price Supply contract. Swagelok products are critical components in industrial valve manufacturing, specifically categorized under nonpowered valves, which play a vital role in various naval applications. Interested vendors must ensure they are registered in the System Award Management (SAM) database prior to submitting their offers, with the solicitation expected to be posted on sam.gov around early May 2025. For further inquiries, vendors can contact Andrew Smith at andrew.r.smith7.civ@us.navy.mil or Edwin Baldoria at edwin.m.baldoria.civ@us.navy.mil.
Intent to Sole Source for N4523A25RC05R81 Universal Highpack Compressors
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a sole-source contract for repair services of the MODEL 55H75 Universal Highpack Compressor to American Compressor Company. This procurement is necessary to ensure compliance with preventive maintenance requirements, as American Compressor Company is the only entity capable of providing original replacement parts and specialized services due to exclusive licensing agreements. The contract, which falls under NAICS code 811310, is expected to be awarded for the period from June 27, 2025, to September 25, 2025, with interested parties encouraged to submit their capabilities documentation by April 30, 2025, to the designated contacts, Crystal McCarthy and Jacqueline Edgerton, via email.
Repair of Shaft, Submarine - Qty: 2 with an Option of 1
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of two shafts for Ohio Class submarines, with an option for an additional shaft. This procurement is set aside for small businesses and requires compliance with specific Defense Priorities and Allocation System (DPAS) ratings, as well as adherence to detailed technical data packages and military specifications for delivery. The contract will involve both immediate repair services and potential future work, emphasizing the importance of quality and traceability in defense contracts. Interested parties must submit their proposals by 4:00 PM local time on May 15, 2025, and can direct inquiries to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil.