Howell Laboratories OEM Support Services and Equipment Sources Sought Notice for Naval Warfare Center Philadelphia Division (NSWCPD)
ID: N64498-24-RFPREQ-PD-41-0376Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA
Timeline
    Description

    The Department of Defense, through the Naval Warfare Center Philadelphia Division (NSWCPD), is seeking contractor support for Howell Laboratories OEM Support Services, specifically for equipment related to air dehydration, potable water treatment, and biofouling prevention systems. The procurement aims to secure non-personal services for in-service engineering, life cycle management, and testing of auxiliary machinery on Navy vessels, with work expected to be conducted globally at various Naval locations. Interested firms are invited to submit capability statements by August 7, 2025, demonstrating their qualifications and ability to meet security requirements, as the government plans to issue a solicitation for a Basic Ordering Agreement with an anticipated award date in March 2026 and a five-year performance period. For further inquiries, interested parties may contact Victoria Purcell at victoria.purcell.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking support services for equipment manufactured by Howell Laboratories, Inc. (HLI) related to Air Dehydration Systems, Potable Water Treatment Systems, and biofouling prevention systems. The procurement intends to utilize a non-competitive approach due to HLI's unique capability as the Original Equipment Manufacturer (OEM) and the retention of data rights, which limits other vendors' ability to provide necessary engineering services. NSWCPD plans to issue a solicitation for a Basic Ordering Agreement, with an anticipated award date in March 2026 and a five-year performance period. Interested firms are invited to submit capability statements by August 7, 2025, to demonstrate their ability to meet the requirements, which include corporate qualifications, relevant past performance, and the ability to acquire necessary security clearances. This sources sought notice serves as a market research tool and does not represent a Request for Proposal (RFP). The notice emphasizes that the government will not compensate for responses and retains all submissions as government property. The acknowledgment of confidentiality and proprietary information is also addressed, reinforcing the protective measures around vendor submissions.
    The Naval Surface Warfare Center Philadelphia Division (NSWCPD) seeks contractor support for non-personal services related to in-service engineering, life cycle management, and testing of auxiliary machinery on navy vessels. The contractor is responsible for installations, troubleshooting, repairs, and engineering services for equipment from Howell Laboratories, Inc., including air dehydration, potable water treatment, and biofouling prevention systems. Work will be conducted globally at various Naval locations. Key tasks include the submission of multiple reports (CDRLs) detailing test procedures, contractor-furnished materials, troubleshooting outcomes, and engineering deliverables. The contractor must adhere to strict guidelines for quality assurance and ensure all materials and equipment outcomes are diligently documented. Additionally, the contractor must comply with security requirements, including training, access control, and handling of Controlled Unclassified Information (CUI). The requirements also include compliance with technological standards and submitting a System Security Plan. The contract emphasizes safety and compliance with government protocols in executing tasks to support naval operations.
    Similar Opportunities
    Naval Weapons Station Earle Environmental Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals from qualified small businesses for Environmental Laboratory Services at the Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contractor will be responsible for providing all labor, equipment, supplies, and supervision necessary for sampling, certified laboratory analysis, and documentation services related to wastewater and potable water testing. This procurement is critical for ensuring compliance with environmental regulations and maintaining water quality standards, with the contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, featuring a 12-month base period starting March 1, 2026, and four optional 12-month periods. Interested parties must submit their proposals by January 14, 2026, and can direct inquiries to James Martin at james.j.martin3.civ@us.navy.mil or Shelley Toribio at shelley.toribio@navy.mil.
    44-0133 GEPC OEM Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking to procure OEM support services for electrical power and integrated propulsion systems on the DDG 1000, LHA-6, and LHD-8 ship classes. The procurement aims to provide sustainment engineering and technical services, including addressing equipment failures, obsolescence, and documentation issues, as well as field service support for preventive and corrective maintenance. These services are critical for ensuring the operational readiness and maintenance of essential shipboard systems. Interested parties can direct inquiries to Vincent Romano at vincent.m.romano4.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with no proposals currently being solicited as this is a presolicitation notice.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors for the repair of Littoral Combat Ship (LCS) 2 class waterjet and impeller shaft assemblies. The procurement aims to ensure compatibility and conformity with existing systems, as the assemblies are exclusively developed and produced by Defense Maritime Solutions (DMS), which the government intends to procure from under a sole source solicitation. Interested parties are invited to submit responses detailing their capabilities to meet the repair service requirements by 4:00 PM EST on December 16, 2025, to William Ryan at william.j.ryan1@navy.mil. This request for information is for market research purposes only and does not constitute a request for proposals or a commitment to contract.
    PURIFIER,CENTRIFUGA
    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 a PURIFIER, CENTRIFUGA. The procurement aims to secure a qualified contractor capable of meeting specific repair turnaround time (RTAT) requirements of 400 days, with all repairs to be conducted in accordance with established quality standards and specifications. This equipment is critical for various naval operations, emphasizing the importance of timely and effective repair services to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT details, to Sophie E. Benson at SOPHIE.E.BENSON.CIV@US.NAVY.MIL or by phone at 717-605-6829, with the solicitation details available for review.
    N64498-22-R-4002 Automated Electrolytic Oxygen Generator Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to award a sole source Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to Treadwell Corporation for Automated Electrolytic Oxygen Generator Services. This contract will support the Model 6L16 Electrolytic Oxygen Generator (EOG), Automated Electrolytic Oxygen Generator (AEOG), Low Pressure Electrolyzer (LPE), and their respective simulators, which are critical for training aboard various classes of submarines and associated training facilities. The services provided under this contract are vital for maintaining operational readiness and training effectiveness within the Navy's submarine fleet. Interested parties can reach out to John N. LaMotta at john.lamotta@navy.mil or Gregory F. Kaiser at gregory.kaiser@navy.mil for further details regarding this opportunity.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    J046-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract to EMD Millipore Corp. for inspection and maintenance services of reverse osmosis equipment at the Southeast Louisiana Veterans Health Care System. The procurement aims to secure specialized preventive maintenance and repair services for clinical laboratory reagent water systems, which are critical for ensuring the quality and reliability of laboratory operations. This contract will cover a base year from January 10, 2026, to January 9, 2027, under NAICS code 621511 and PSC code J046. Interested parties may submit capabilities statements by December 28, 2025, at 8:00 AM CST to marcus.sidney@va.gov, as the government will assess these submissions to determine the viability of competition; otherwise, negotiations will proceed solely with EMD Millipore Corp.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.