Combustion IC and Profiler-F Installation and Training
ID: N0025326Q7003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- INSTRUMENTS AND LABORATORY EQUIPMENT (H966)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the installation and training of a Metrohm combustion ion chromatograph (CIC) system and its accessories. This procurement requires the contractor to provide all necessary labor, tools, and travel to ensure the system is installed according to manufacturer specifications, along with comprehensive training for two operators. The contract is set aside 100% for small businesses, with a firm-fixed-price structure and a performance period of two months for installation, followed by 75 calendar days for data deliverables. Interested parties must submit their proposals electronically to Naomi Newton at naomi.n.newton2.civ@us.navy.mil, adhering to all specified requirements and deadlines outlined in the attached solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to Solicitation N0025326Q7003, issued by the Naval Undersea Warfare Center Division Keyport, updates the procurement's set-aside status from 'Unrestricted' to '100% Small Business.' This modification, effective November 26, 2025, changes the Percent Set Aside to 100% and the Small Business Type to 'Small Business,' with a size standard of $19,000,000.00. The amendment outlines procedures for offerors to acknowledge receipt, including submitting revised offers or acknowledging the change via letter or electronic communication. It also specifies that all other terms and conditions of the original solicitation remain unchanged. The Contracting Officer is Kaci J. Campbell.
    The document provides comprehensive instructions for completing DD Form 1423, a crucial form for Data Item Descriptions (DIDs) within government contracts. It details requirements for both government personnel and contractors. For government personnel, the instructions cover administrative items such as identifying data categories (TDP, TM, Other), system names, preparer and approval information, and specific data item details like numbering, titles, acquisition documents, tasking references, and technical office responsibilities. It also specifies requirements for inspection, draft approvals, distribution statements, delivery frequency, and addressee information. For contractors, the document outlines four price groups (Group I, II, III, and IV) to estimate costs associated with data item production, emphasizing that these estimates should only cover direct costs incurred specifically for supplying the data, excluding any amounts for data rights. The instructions ensure clarity and consistency in data item acquisition and pricing within federal government RFPs and contracts.
    This guide outlines mandatory environmental compliance requirements for contractors and subcontractors working at Naval Base Kitsap (NBK) Keyport. It covers adherence to Federal, State, local, and Department of Navy environmental laws, emphasizing the Navy's commitment to environmental stewardship. Key areas include emergency response procedures, hazardous material management, waste management (hazardous, solid, and recyclable), clean water provisions (drinking water, stormwater, wastewater), clean air regulations (refrigerants, air contaminant processes), and specific guidance on asbestos, demolition, contaminated sites, excavations, natural resources, and cultural resources. The guide also details training requirements, spill prevention and response protocols, and contact information for the Base Environmental Office (BEO) for guidance and approvals.
    This government file, Wage Determination No. 2015-5525 Revision No. 28, issued by the U.S. Department of Labor, details minimum wage rates and benefits for service contract employees in Kitsap County, Washington. It outlines compliance requirements for Executive Orders 14026 and 13658, setting minimum hourly wages at $17.75 and $13.30, respectively, based on contract award dates. The document lists numerous occupational classifications with corresponding hourly rates and specifies fringe benefits including health and welfare, vacation, and eleven paid holidays. It also addresses special conditions such as hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications under the Service Contract Act.
    This government solicitation (N0025326Q7003) outlines the requirements for the installation and training of a Metrohm combustion ion chromatograph (CIC) system and its accessories at the Naval Undersea Warfare Center Division, Keyport, WA. The contractor must provide all necessary labor, tools, parts, and travel, ensuring the system is installed to manufacturer specifications and that two operators receive comprehensive training. Key requirements include using manufacturer-trained personnel, providing an OEM letter of authorization, and listing any subcontractors. The contract is firm-fixed-price, with a two-month performance period for installation and 75 calendar days for data deliverables. Special considerations include U.S. citizenship for personnel, disclosure of electronic devices, and adherence to on-site safety regulations. Invoices must be submitted electronically via Wide Area WorkFlow (WAWF), with specific instructions for document types and routing. The document also includes standard FAR and DFARS clauses, emphasizing compliance with various federal regulations and policies.
    This document outlines the safety requirements for contractors and subcontractors working at Naval Undersea Warfare Center (NUWC) Division Keyport and its detachments. It ensures a safe workplace by detailing contractor responsibilities, including compliance with OSHA and state standards, providing a safe work environment, and reporting injuries. The document covers specific program requirements for hazards like asbestos, lead, confined spaces, electrical systems, and explosives, emphasizing the contractor's role in hazard assessment, control, and training. It also details reporting procedures for spills and emergencies, and outlines the responsibilities of Contracting Officer's Representatives (CORs) and Technical Points of Contact (TPOCs). The primary purpose is to guide contractors in protecting their employees and government personnel while adhering to all applicable safety regulations.
    The document outlines stringent security requirements for contractor personnel working on U.S. Navy ships and associated shore facilities, specifically Naval Undersea Warfare Center, Division Keyport, WA, and Keyport Annex Bangor. Contractors must submit visit requests via JPAS or written requests for both classified and unclassified visits, providing detailed personal information and proof of U.S. citizenship. Compliance with facility security regulations is mandatory, including the necessity of government-granted security clearances for access to restricted areas. Contractors are responsible for managing personnel and vehicle passes, ensuring employees are briefed on security requirements, and submitting personnel lists to the Contracting Officer's Representative (COR). Additionally, contractor employees must participate in security education programs, including reviewing quarterly bulletins and attending annual counterintelligence briefings for those with higher clearances. The use of privately owned personal computers, cellular phones, photographic equipment, tape recorders, and other recording devices is restricted or prohibited within these facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    66--CHLORIDE ISE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking proposals for the procurement of Chloride Ion Selective Electrodes (ISE) as part of a fixed-price contract. The procurement involves the inspection and acceptance of supplies, production lot testing, and compliance with various quality assurance and delivery requirements, emphasizing the importance of timely and accurate delivery of these critical instruments used in chemical analysis. Interested vendors must adhere to specific submission guidelines and are encouraged to provide accelerated delivery options at no additional cost to the government. For further inquiries, potential bidders can contact Trevor L. Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL.
    GAS CHROMATOGRAPH/MASS SPECTROMETER MAINTENANCE (GC-MS)
    Buyer not available
    The Department of Defense, specifically the Combat Capabilities Development Command - Soldier Center (DEVCOM-SC), is seeking a contractor to provide maintenance services for a gas chromatograph and mass spectrometer located in Natick, Massachusetts. The procurement includes annual preventative maintenance, unlimited on-site service visits with a 72-hour response time, and the provision of factory-certified replacement parts and software updates for the TRACE 1310 GC and ISQ mass spectrometer. This equipment is crucial for various analytical applications, and the contract will have a one-year base period with two additional one-year options. Interested parties can find more details and submit inquiries to Kaylie Silva at kaylie.j.silva.civ@army.mil or Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil, with the opportunity listed on Unison Marketplace.
    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.
    NUWC Keyport Acoustic Trial and Range Sustainment Support Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking proposals for Acoustic Trial and Range Sustainment Support Services under solicitation RFP N6572625R3001 in Seaport NXG. The objective of this procurement is to provide essential engineering services that support the operational capabilities of acoustic trials and range sustainment activities. These services are critical for maintaining the effectiveness and reliability of naval undersea warfare systems. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with Indiana Bolger as the primary contact for inquiries at indiana.r.bolger.civ@us.navy.mil or by phone at 717-605-1723.
    Mitutoyo AV204016 Coordinate Measuring Machine
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking to procure a Mitutoyo AV204016 Coordinate Measuring Machine via a sole source Firm Fixed Price (FFP) contract. This procurement is aimed at acquiring commercial items necessary for measuring, displaying, and controlling industrial process variables, which are critical for ensuring precision in various defense applications. Interested parties are invited to submit their capability statements, as this is an all-or-none requirement and partial quotes will not be considered. Proposals must be submitted electronically by the specified deadline to the contacts Julia Hunt at julia.m.hunt3.civ@us.navy.mil or Remy Oshiro at remy.s.oshiro.civ@us.navy.mil, with all submissions needing to comply with the requirements outlined in the solicitation document.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    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.
    Water Quality Maintenance of LL-7000 Heat Exchanger-AMENDMENT 0003
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the maintenance of the LL-7000 Heat Exchanger, as outlined in Solicitation N0016426Q0004. The procurement focuses on ensuring the quality of high-purity, de-mineralized, de-ionized cooling water used for test equipment, requiring contractors to perform routine services including inspection and cleaning of strainers, replacement of filter cartridges, and maintenance of ion exchange resins. This maintenance is critical for the operational integrity of the cooling system, which supports various defense-related testing activities. Interested contractors should note that the response deadline has been extended to December 5, 2025, at 12:00 PM EST, and may contact Trey Smith or Sonsiree Lagunas via email for further inquiries.
    Request for Information: Ion Chromatograph (IC)
    Buyer not available
    The Environmental Protection Agency (EPA) is seeking information from vendors regarding the procurement of an Ion Chromatograph (IC) system for its Region 9 Laboratory in Corvallis, OR. The objective is to purchase and install a commercially available IC system capable of analyzing various water samples, domestic and industrial wastes, and leached solids, adhering to EPA 300.0 standards. This advanced analytical instrument is crucial for environmental monitoring and compliance, ensuring accurate assessments of water quality across different matrices. Interested vendors are encouraged to submit capability statements and respond to the RFI by contacting Eric Guilleminault at guilleminault.eric@epa.gov or (415) 972-3241, with a focus on their ability to meet the outlined specifications and requirements.