Inspections and Operational Testing on Scrubbers & Burners
ID: N4523A25R6019Type: Special Notice
AwardedMay 20, 2025
$40.2K$40,210
AwardeeCEPEDA ASSOCIATES, INC. Louisville KY 40217 USA
Award #:N4523A25P0025
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, 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
    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
    Similar Opportunities
    Justification and Approval - N4523A23C0561
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair, maintenance, and modernization of the USS SAMPSON (DDG 102) as part of its Fiscal Year 2023 Selected Restricted Availability. This opportunity involves a contract awarded under the Justification and Approval process, focusing on non-nuclear ship repair services at the Puget Sound Naval Shipyard in Everett, Washington. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of naval assets. Interested parties can reach out to Charles Smith at charles.r.smith1021.civ@us.navy.mil or by phone at 360-633-9342, or contact Cheri Richards at cheri.r.richards.civ@us.navy.mil or 425-304-5522 for further details.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    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.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for the 65 FT Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and longevity of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance expected from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking a contractor for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The work is critical for maintaining the operational readiness of the vessel, ensuring it meets the necessary standards for naval operations. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or Connor Chamberlain at connor.n.chamberlain.civ@us.navy.mil for further details regarding this opportunity.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    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.
    USS PINCKNEY )DDG-91) N00024-21-C-4478 MOD A00097
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is executing a sole-source contract action for the USS PINCKNEY (DDG-91) Fiscal Year 2022 Depot Modernization Period (DMP) with National Steel and Shipbuilding Company (NASSCO). This procurement involves adding a new work item, specifically a Hot Work Notification and Authorization, to an existing firm fixed price contract (N00024-21-C-4478). The justification for this sole-source action is based on the availability of services from only one responsible source, as outlined in statutory authority 10 U.S.C. 3204(b)(B). Interested parties can reach out to Jonathon Mata at jonathon.f.mata.civ@us.navy.mil or Erik Lyons at erik.s.lyons.civ@us.navy.mil for further inquiries. Funding for this work will be sourced from FY23 OPN, and the approval for this action was granted by the Administrative Contracting Officer.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This sole source contract action aims to add a new work item to an existing firm fixed price contract with NASSCO, which is currently performing urgent ship repairs in its shipyard, making it impractical for other companies to undertake the necessary work. The availability is critical for completing essential upgrades before deployment, ensuring the ship's operational capability and mission readiness. Interested parties can contact Kristin Porter at kristin.n.porter2.civ@us.navy.mil or 619-571-5701 for further details regarding this procurement.