Inspections and Operational Testing for LPAC 1 &2
Type: 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
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the overhaul and testing of the High Pressure Air Compressors (HPAC) No. 1 and No. 2 on the SEAWOLF class submarine at Puget Sound Naval Shipyard. The Original Equipment Manufacturer (OEM) is tasked with performing the work shipboard, including the provision of necessary materials and technical representatives, from June 3 to June 23, 2025. Key requirements include compliance with OEM specifications, safety protocols, and security clearance for contractor personnel, particularly concerning access to restricted data related to naval nuclear propulsion information. The document specifies several references that govern the performance and acceptance testing of the HPAC systems. Additionally, contractors must coordinate with shipboard personnel for safety and authorization, manage security clearances, and ensure rigorous adherence to quality control standards. Deliverables consist of multiple reports, including an Acceptance Test Report and Completion Report, which must be submitted timely post-project execution. This SOW exemplifies the structured guidelines integral to government RFPs, emphasizing safety, security, technical compliance, and quality assurance in military operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    School of Cryogenics RIX VSA Spare Parts
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to award a Firm-Fixed-Price Basic Ordering Agreement (BOA) for the supply of materials in support of the CVN-74 RCOH for the School of Cryogenics RIX VSA, specifically with RIX Industries. This procurement is being conducted under the authority of 10 USC 3204(a)(1), which allows for negotiation with only one responsible source due to the unique requirements of the materials needed. The goods and services sought are critical for the maintenance and operation of naval systems, emphasizing the importance of reliability and specialized knowledge in this sector. Interested parties are encouraged to express their interest and capability by contacting Kimberly DeLuca at kimberly.m.deluca2.civ@us.navy.mil, with the understanding that this notice does not constitute a solicitation for competitive proposals.
    COMPRESSOR UNIT,REC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of Compressor Unit, REC. The procurement aims to secure the repair of six units, with a required Repair Turnaround Time (RTAT) of 172 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential equipment used in various defense operations. Interested contractors must submit their proposals via NECO or email by the extended deadline of December 19, 2025, and can reach out to Kristina L. Alexander at 717-605-6055 or via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL for further inquiries.
    N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a 'VALVE, MODULATING, EC' and a 'DAMPENER, VIBRATION' specifically for the MH-60R platform, with Sikorsky identified as the only responsible source. The procurement involves comprehensive evaluation, labor, materials, and parts necessary to restore government-owned articles to operational condition, adhering to ISO 9001 quality standards and specific packaging and marking requirements outlined in MIL-STD-2073-1 and MIL-STD-129. This opportunity is critical for maintaining the operational readiness of military aircraft systems. Interested parties can contact Jacob R. Wells at (215) 697-1227 or via email at JACOB.R.WELLS14.CIV@US.NAVY.MIL for further details, with the anticipated award date set for December 2025.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    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).
    FMS Repair NIIN: 013707977 QTY: 1
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting a sole-source contract for the repair of a rotary pump (NSN: 7R 4320 013707977) with a quantity of one. The procurement requires compliance with strict specifications, including configuration management and mercury-free standards for use on submarines and surface ships, as well as adherence to detailed packaging and marking requirements for overseas shipment. This repair is crucial for maintaining operational readiness of military equipment, and contractors must utilize ISO 9001 quality management systems while ensuring all inspections meet original manufacturer's specifications. Interested parties can contact Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL for further details.
    Radiographic Inspection of Sonar Dome Rubber Windows (SDRW)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for a firm fixed-price contract to conduct radiographic inspections of Sonar Dome Rubber Windows (SDRW) on a U.S. Navy DDG Class Vessel stationed in Yokosuka, Japan. Contractors must be approved by the Naval Sea Systems Command (NAVSEA) Integrated Warfare Systems (IWS) 5.0 to perform X-Ray inspections while the vessel is either pier-side or waterborne, adhering to strict safety protocols throughout the process. This contract is critical for maintaining the operational integrity of naval vessels, ensuring compliance with safety regulations, and facilitating ongoing maintenance efforts. Interested contractors should note that the period of performance is from February 2 to February 23, 2026, and must comply with U.S. Forces Japan (USFJ) security protocols for base access. For further inquiries, contact Mr. Regel Agahan at regel.a.agahan.civ@us.navy.mil or Chastity Cowans at chastity.t.cowans1@navy.mil.
    PUMP UNIT,AXIAL PIS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of Axial PIS Pump Units. The contract requires the successful contractor to provide repair, testing, and inspection services to return these units to a Ready for Issue (RFI) condition, ensuring compliance with specified military standards and documentation. These pump units are critical for various military applications, emphasizing the importance of reliability and performance in operational environments. Interested contractors can reach out to Abrianna Saleh at 215-697-2560 or via email at abrianna.saleh.civ@us.navy.mil for further details and to discuss the submission of proposals.
    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.
    VALVE ASSY,COMPRESS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of the VALVE ASSY,COMPRESS. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 82 days, with all repair work to be conducted in accordance with established standards and specifications. This valve assembly is critical for various naval applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors must submit their quotes, including unit price and RTAT, by 4:30 PM EST on December 31, 2025, and can direct inquiries to Xavier A. Kellam at 717-605-1319 or via email at XAVIER.A.KELLAM.CIV@US.NAVY.MIL.