Supplemental Vibration Retesting Services for Navy Ultraviolet Ballast Water Treatment System
ID: N0016726Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to award a firm fixed price contract for Supplemental Vibration Retesting Services for the Navy Ultraviolet Ballast Water Treatment System (BWTS) on a sole source basis. The contractor will be responsible for conducting vibration retesting at their facility, utilizing existing procedures, and providing a detailed test report following the completion of the testing process. This service is critical for ensuring the operational integrity of the BWTS, which is essential for maintaining compliance with environmental regulations aboard naval vessels. Interested parties must submit their quotes by 09:00 AM on December 16, 2025, and include necessary documentation such as pricing, CAGE Code, and business size, as the procurement is not set aside for small businesses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, "Attachment 4 Drawing," is a component of a government solicitation, likely an RFP or grant, indicating that it provides a visual representation or technical drawing. Given its title, it serves as a supplementary document, offering detailed diagrams essential for understanding project specifications, design requirements, or structural plans. This attachment is crucial for bidders or grantees to accurately interpret the scope of work, ensuring compliance with technical standards and aiding in the development of precise proposals or project plans.
    The DD FORM 1423-1, Contract Data Requirements List, details the submission requirements for an Integrated Master Schedule (IMS) for BWTS Vibration Retest Services by Hi Test Laboratories, Inc. The data item, A001, specifies that the IMS must adhere to DI-MGMT-81650 and PWS Section 3.2. Initial submission is due one month after contract award, with subsequent submissions required whenever schedule changes occur. The IMS must be submitted electronically in Microsoft Project 2016 and Adobe PDF formats to the TPOC. All information produced for this CDRL is considered Controlled Unclassified Information (CUI) and must comply with DoD CUI marking requirements. Distribution is authorized to US Government Agencies and their contractors.
    This government file, DD FORM 1423-1, details the Contract Data Requirements List (CDRL) for "BWTS Vibration Retest Services" by Hi Test Laboratories, Inc. The main purpose is to outline the requirements for a Vibration Test Report (Data Item A003, DI-ENVR-81647) related to mechanical vibrations of shipboard equipment. Key requirements include the submission of a short test summary within 10 days of test completion, detailing pass/fail status and recommendations. A draft Vibration Test Report is due 60 days after testing, with government comments provided within 90 days of receipt. The final report, incorporating comments, is due 30 days after receiving feedback. Reports must be submitted electronically in Microsoft Word 2016 and Adobe PDF formats, with all information considered Controlled Unclassified Information (CUI) and marked accordingly. Distribution is authorized to US Government Agencies and their contractors, with other requests referred to the NAVSEA Wet Environmental Systems and Discharges Technical Warrant Holder.
    The DD FORM 1423-1, FEB 2001, outlines the Contract Data Requirements List for "BWTS Vibration Retest Services" and specifically details the "Government Property (GP) Inventory Report" (Data Item A003, DI-MGMT-80441D). This report is required from contractors, specifically for NSWCCD Code 633, and mandates submission in Microsoft Excel 2016 format electronically to the TPOC. A new or revised report is necessary whenever there's a change in government property inventory (receipt or return). Distribution is limited to US Government Agencies and their contractors due to critical technology, with other requests referred to NAVSEA. All information produced for this CDRL is considered Controlled Unclassified Information (CUI) and must be marked according to DoD guidelines.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking Supplemental Vibration Retesting Services for a Navy Ultraviolet Ballast Water Treatment System (BWTS). This sole-source Request for Quotes (RFQ) is to retest a modified BWTS after initial deficiencies were identified. The contractor will conduct vibration retesting at their facility, reuse existing procedures, and provide an estimated schedule and test report. The scope includes testing setup, four days of vibration testing, and one day of teardown, with options for foreign visitor escorts, additional testing for failures, and up to six months of storage. The BWTS consists of three units requiring specific power, air, and freshwater interfaces, and the contractor's facility must accommodate a minimum flow rate of 60 m3/hr. Responses are due by 09:00 AM on December 16, 2025, and should include pricing, CAGE Code, FOB Destination, point of contact, GSA contract number (if applicable), business size, and lead time. The procurement is not set aside for small businesses. The period of performance is one year from contract award.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Large Hydrostatic Test Chamber Design and Fabrication
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Refurbishment and Factory Acceptance Testing of SEAMAC Winch
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking a contractor for the refurbishment and factory acceptance testing of a SEAMAC winch, with the intention to award a firm fixed price contract on a sole-source basis to Okeanus Science & Technology. The project involves restoring the operational capability of the SEAMAC winch, which has been in service since 2001 and is critical for towed array testing aboard the R/V CHINOOK, following a failed dynamic testing event. The contractor will be responsible for all labor, tools, supplies, and equipment necessary to refurbish the winch to original specifications, validate its performance through comprehensive testing, and deliver an Acceptance Test Report and a Government Property Inventory Report by December 31, 2025. Interested parties may submit capability statements by December 10, 2025, to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil for consideration in future competitive procurements.
    Total Assurance Plan
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to procure maintenance and service for Waters Technology Corporation instrumentation at the Naval Fuels & Lubricants Chemistry Laboratory located in Patuxent River, Maryland. This procurement, identified as solicitation N0042126Q1028, is valued at approximately $94,758.08 and is intended to be awarded on a sole source basis to Waters Corporation, emphasizing the importance of their specialized equipment in supporting the laboratory's operations. Interested vendors must submit their capabilities and quotes by December 10, 2025, at 12:00 PM EST, with all submissions directed to JaNae Lester at janae.a.lester.civ@us.navy.mil.
    RFQ No. N66001-26-Q-6020 Water Testing Services
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting quotes for water testing services under RFQ No. N66001-26-Q-6020. The procurement aims to acquire analytical chemistry services to verify the performance of sorbents in treating PFAS-impacted groundwater, as outlined in the attached Statement of Work (SOW). This project is part of the Environmental Security Technology Certification Program (ESTCP) and requires the contractor to perform various chemical analyses on water samples, adhering to strict quality assurance and control standards. Interested parties must submit their quotes by December 12, 2025, at 2:00 PM PT, and direct any inquiries to Joshua Joiner at joshua.j.joiner.civ@us.navy.mil. The contract will be awarded based on technical acceptability, price, and past performance, with a total estimated value under the small business size standard of $19.0 million.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    CCA,VIBRATION MONIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of CCA, Vibration Monitor units. The procurement aims to update the quantity of units from 7 to 22 and includes provisions for Emergency Acquisition Flexibilities, with a focus on a Repair Turnaround Time (RTAT) of 250 days. These units are critical for maintaining operational readiness and ensuring the reliability of naval systems. Interested contractors should submit their quotations, including unit price and RTAT, to Ashley Betlock at ASHLEY.H.BETLOCK.CIV@US.NAVY.MIL by the specified deadline, with the contract award anticipated to follow the evaluation of submissions.
    Buoy Services Wave Data Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    Electronic Cooling Water System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is conducting a Sources Sought Notice to identify small businesses capable of providing an Electronic Cooling Water System and related commercial items. The procurement includes specific requirements for brand-name items such as storage bottles, buffer solution kits, conductivity standard solutions, portable multi-meters, and disposable wipes, all falling under NAICS code 334516. This initiative is crucial for ensuring the availability of essential analytical laboratory instruments, which play a significant role in supporting naval operations. Interested parties are encouraged to submit their company information, capabilities, and cost estimates by December 9, 2025, to the primary contact, Samantha Mangum, at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or by phone at 805-625-4875.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.