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
    RO UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for the procurement of a VILLAGE MARINE PURE WATER SERIES system, which operates at 440 volts, 3 phase, 60 hertz, and 6 amps, including a freshwater flushing option. This opportunity is set aside for Women-Owned Small Businesses (WOSBs), and the government anticipates awarding a firm, fixed-price contract based on technical merit, pricing, and past performance, with a delivery requirement by January 2, 2026, to SRF AND JRMC YOKOSUKA, JAPAN. Interested vendors must submit their quotes by December 24, 2025, and are encouraged to address all aspects of the solicitation while noting any exceptions. For further inquiries, potential bidders can contact Stormy Caudill at stormy.a.caudill.civ@us.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.
    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.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    Temporary Dehumidification System w/ Inline Heaters_Rev1
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of a Temporary Dehumidification System with Inline Heaters, designated under solicitation number N3904026Q3088. This system is intended to provide dry and tempered process air for various industrial applications at the New London Subbase in Groton, Connecticut, and includes a Desiccant Climate Control Unit (DCCU) with a capacity of 5,000 CFM, along with necessary heating and ductwork. The procurement is critical for maintaining operational efficiency in environments requiring moisture control, with proposals due by December 22, 2025, at 5:00 PM EST, and must be submitted via email to Alyssa Scarelli at alyssa.a.scarelli.civ@us.navy.mil. Vendors are required to be registered in SAM.gov, and the contract will be awarded based on the lowest-priced technically acceptable offer, evaluated on technical compliance, price, and past performance.
    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.
    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.
    INTEGRATED COMBAT SYSTEM ENGINEERING, LOGISTICS, POLICY AND ADMINISTRATIVE SERVICES
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is seeking interested parties to provide Integrated Combat System (ICS) engineering, logistics, policy, and administrative support services for Aircraft Carrier Strike Groups (CSG), Amphibious Ready Groups (ARG), and Fleet Strike Groups. The procurement aims to establish an engineering resource for planning and coordinating the installation of Combat Systems and Command, Control, Communications, Computer, and Intelligence (C5I) Systems, which are critical for the operational readiness and modernization of various naval vessels. The anticipated contract will be a Cost-Plus-Fixed-Fee Level of Effort (LOE) with a performance period of one base year and four option years, and interested small businesses are invited to submit capability statements by January 16, 2025, to the primary contact, Anthony Duran, at Anthony.t.duran.civ@us.navy.mil.
    PROPELLER REPAIR IDIQ N64498-24-RFPREQ-PD-42-0004
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is soliciting proposals for a Propeller Repair Indefinite Delivery Indefinite Quantity (IDIQ) contract, identified as N64498-24-RFPREQ-PD-42-0004. This procurement aims to secure engineering services focused on the maintenance, repair, and rebuilding of mechanical power transmission equipment, particularly propellers. The successful contractor will play a crucial role in ensuring the operational readiness and performance of naval vessels by providing essential repair services. Interested parties should reach out to Derek Diep at derek.w.diep.civ@us.navy.mil for further details and to access the attached solicitation and supporting documents.