Hydrostatic Testing and Recharge of CO2 Bottles
ID: N0018925QCO2RType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

EQUIP/MATERIALS TESTING- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (H242)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking contractors to perform hydrostatic testing and recharge of CO2 and AFFF portable cylinders at Naval Station Norfolk, Virginia. The procurement involves the testing and recharging of a total of 131 cylinders, as the local maintenance center lacks the necessary capabilities to conduct these operations. This service is critical for maintaining safety and operational readiness in military environments, ensuring that firefighting and safety equipment is functional and compliant with federal guidelines. Interested contractors should contact Joseph Frech at joseph.l.frech.civ@us.navy.mil or call 757-443-1976 for further details regarding the solicitation process and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines contract clauses incorporated by reference and in full text for federal contracts relating to commercial products and services, as mandated by various federal acquisition regulations. It includes essential clauses regarding systems for award management, prohibitions on contracting with certain corporations, and mandatory representations concerning telecommunications, labor standards, and procurement restrictions regarding specific countries. Key topics include the requirement for offerors to provide representations and certifications, particularly concerning small business status, import restrictions, and compliance with laws against forced labor and technology transfers related to sensitive nations. This framework is critical for ensuring responsible governance, transparency, and compliance with federal laws during the contracting process. The document serves to guide federal agencies and contractors in maintaining integrity and accountability during procurement activities.
    This document outlines various provisions related to telecommunications and surveillance services in federal contracts. It emphasizes the prohibition against using covered telecommunications equipment or services from certain foreign entities, particularly those linked to national security issues, as mandated by the John S. McCain National Defense Authorization Act. The Offeror must make specific representations regarding whether they provide or use such prohibited equipment or services, with additional disclosures required if they do. Definitions clarify terms like "covered telecommunications equipment," "critical technology," and "substantial or essential component." Procedures for reviewing excluded parties are also listed, ensuring compliance with federal regulations. Additionally, representations about corporate tax liabilities and felony convictions are incorporated. Overall, the document serves to protect federal interests by enforcing security measures in telecommunications procurement and ensuring that contractors are accountable for their compliance with outlined prohibitions and representations.
    The document outlines a Performance Work Statement for the hydrostatic testing and recharging of various CO2 and AFFF fire extinguisher cylinders at Naval Station Norfolk. It specifies the submission of 81 portable CO2 cylinders, 14 AFFF cylinders, and 36 large CO2 cylinders for these services, as the Naval Maintenance Center lacks the capability to perform these tasks. The document details the responsibilities of both Ship Force (S/F) personnel and the vendor. S/F must prepare the cylinders, ensure documents are provided, and arrange for pickup. The vendor is tasked with receiving the cylinders, conducting the required testing and recharge, and providing quality assurance documentation. If a cylinder fails testing, the vendor must notify the ship for further instructions. The document is structured by purpose, background, described items with specific deliverables categorized by CLINs (Contract Line Item Numbers), and detailed procedures necessary for the execution of this work. Overall, the purpose is to ensure that fire safety equipment is tested, recharged, and maintained in accordance with established regulations, enhancing operational readiness and safety compliance within the Navy.
    The document outlines contract clauses for government agreements, specifically focusing on federal procurement associated with commercial products and services. Key provisions include regulations on the System for Award Management, commercial entity reporting, and prohibitions against contracting with entities engaged in certain harmful practices, such as utilizing covered telecommunications or foreign-made unmanned systems. The clauses incorporated by reference and full text enforce compliance with federal laws, including labor standards and fair contracting rules. A critical point is the representation regarding sensitive technology exports to Iran and the requirement for businesses to demonstrate their compliance with contracts prohibiting the use of forced labor. Additional sections emphasize various certifications related to business status—such as small business, women-owned, or disadvantaged business—as well as compliance with tax obligations and ethical standards. This framework aligns with the government's goal of ensuring fair competition and accountability in the contracting process while adhering to statutory obligations.
    The document outlines federal regulations under the John S. McCain National Defense Authorization Act concerning the procurement of telecommunications and video surveillance equipment. Specifically, it mandates that offerors must represent whether they provide or use "covered telecommunications equipment or services," which includes products from entities like Huawei and ZTE. There are strict prohibitions against contracting for any equipment that utilizes such technologies unless exceptions apply. Additionally, the document emphasizes the importance of representation regarding federal tax liabilities and felony convictions to ensure the government does not contract with corporations that have unresolved financial or legal issues. Offerors must disclose the country of manufacture for any products supplied and adhere to specific reporting requirements if covered telecommunications equipment is identified during contract performance. The regulations are designed to safeguard national security while ensuring compliance with federal contracting policies. Therefore, the document serves as a critical guideline for companies looking to enter government contracts, reinforcing the need for transparency and compliance with national security standards.
    The document outlines a Performance Work Statement for the hydrostatic testing and refilling of CO2 and AFFF portable cylinders at Naval Station Norfolk. The purpose is to submit a total of 131 cylinders for hydrostatic testing and recharge, as the local maintenance center lacks the necessary capability. The statement specifies quantities and types of equipment involved, detailing items for testing, such as different sizes of CO2 extinguishers and AFFF foam extinguishers. Procedures are clearly defined for both Ship Force (S/F) personnel and the vendor tasked with the work. S/F personnel are responsible for discharging cylinders, providing necessary documentation, and picking up the items post-testing. Conversely, the vendor must receive the cylinders, conduct testing and recharging in compliance with Marine Requirement Cards (MRCs), and provide quality assurance documentation. In cases of failure, the vendor must clearly indicate the status of the cylinders and report back to the ship. This Performance Work Statement emphasizes compliance with federal guidelines and the necessity for reliable service to ensure safety and operational readiness in military environments.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Marine Chemist Services
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard in Portsmouth, Virginia, is seeking qualified vendors to provide Marine Chemist Services under solicitation N4215825QE014. The contract entails inspection and certification of confined spaces aboard naval vessels, ensuring compliance with safety standards during maintenance operations, with approximately 40 jobs anticipated annually on an as-needed basis. This procurement is critical for maintaining safety and regulatory compliance in hazardous environments, emphasizing adherence to OSHA standards and the provision of necessary certifications for entry into restricted areas. Interested vendors should contact John E. Faircloth at john.e.faircloth2.civ@us.navy.mil or Chad R. Godwin at chad.r.godwin.civ@navy.mil for further details, with the contract period running from May 1, 2025, to April 30, 2026, and options for two additional years.
    Removal, Install, and Test #1 and #2 HPACs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals for the removal, installation, and testing of two Ship's Service High Pressure Air Compressors (HPACs) on a Virginia Class Submarine. The project involves the contractor removing and reassembling existing HPACs, installing new units provided as Government Furnished Property, and performing all necessary mechanical and electrical services in accordance with OEM specifications. This work is critical for maintaining the operational integrity of naval assets and ensuring compliance with safety and regulatory standards. Interested vendors must submit their proposals, including detailed pricing and capabilities, via email by March 12, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590.
    17--CYLINDER,WATER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of water cylinders, classified under the PSC code 1720 for Aircraft Launching Equipment. The procurement aims to ensure the operational readiness and reliability of critical equipment used in naval operations. Interested parties can reach out to Katlyn M. Galetto at (215) 697-6549 or via email at Katlyn.Galetto@navy.mil for further details regarding the presolicitation notice. Additional information regarding funding amounts and key deadlines will be provided in subsequent communications.
    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 contractors for the annual and quarterly maintenance of five Dust and Fume Collector Systems at the Norfolk Naval Shipyard in Portsmouth, Virginia. The contract requires systematic inspections, cleaning and replacing filters, and certifying fire suppression systems, with a performance period spanning from 2025 to 2026, including a base year and an option for an additional year. This maintenance is crucial for ensuring compliance with federal and state OSHA requirements and maintaining safety standards at military facilities. Interested small businesses can contact Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil or (757) 797-4351 for further details.
    17--CYLINDER,WATER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of water cylinders, identified under the PSC code 1720, which pertains to aircraft launching equipment. The procurement aims to ensure the operational readiness and reliability of these critical components used in naval operations. The successful contractor will be responsible for providing the necessary repairs and modifications to maintain the functionality of the water cylinders, which play a vital role in aircraft launch systems. Interested parties should reach out to Katlyn M. Galetto at (215) 697-6549 or via email at Katlyn.Galetto@navy.mil for further details regarding this presolicitation opportunity.
    CO2 Fire Suppression System Inspection Service and Hydrostatic Testing
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking contractors to provide CO2 fire suppression system inspection services and hydrostatic testing at Tinker Air Force Base in Oklahoma. The procurement includes annual and semi-annual inspections, as well as hydrostatic testing of various fire suppression systems, requiring contractors to adhere to OEM specifications and maintain comprehensive service documentation. This opportunity is critical for ensuring operational safety and compliance with federal regulations regarding fire safety equipment. Interested vendors must attend a mandatory site visit on February 21, 2025, and submit their proposals by March 7, 2025, with evaluations based on technical acceptability and pricing. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Buyer not available
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    81--CYLINDER,COMPRESSED, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of compressed gas cylinders. This procurement aims to ensure the maintenance and operational readiness of critical gas cylinder systems used in various military applications. The goods and services sought are vital for supporting the Navy's logistical and operational capabilities, particularly in the management of commercial and industrial gas cylinders. Interested vendors can reach out to Timika Nicholson at 215-697-2582 or via email at TIMIKA.NICHOLSON@NAVY.MIL for further details regarding the solicitation process.
    Seachest Anodes USNS ARCTIC
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is soliciting quotes for the procurement of Seachest Anodes for the USNS ARCTIC, with the contract to be executed in Norfolk, Virginia. This procurement, identified under solicitation N3220525Q2262, requires commercial products and services related to naval operations, specifically focusing on anodes and pallets, and falls under NAICS code 336611 for shipbuilding. The selected contractor will be expected to deliver the goods by May 12, 2025, with quotes due by February 10, 2025, and must include pricing, delivery timelines, and technical specifications to meet government standards. Interested parties can contact Grant Sivertson at grant.t.sivertson.civ@us.navy.mil or by phone at 757-443-0927 for further information.
    Air Compressor and Air Purifier
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the procurement of an air compressor and air purifier, specifically set aside for small businesses. The requirements include a gear drive, oil-flooded, single-stage rotary screw compressor rated at 100 HP and a six-stage filtration air purifier, both needing to meet stringent technical specifications and compliance standards, including a mercury-free clause. These items are critical for maintaining operational efficiency and environmental safety within naval operations. Interested vendors must submit their proposals by March 12, 2025, and can direct inquiries to Chantay Johnson at chantay.c.johnson.civ@us.navy.mil for further information.