1500 CFM HEPA Filters
ID: N4523A26Q4003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

CENTRIFUGALS, SEPARATORS, AND PRESSURE AND VACUUM FILTERS (4330)

Set Aside

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

    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking quotes for the procurement of 1500 CFM HEPA Filters. The solicitation is a combined synopsis/solicitation for commercial items, specifically requiring nuclear-grade HEPA filters with precise dimensions and materials, including a Certificate of Compliance for each unit. These filters are critical for maintaining air quality and safety standards in military applications. Quotes are due by January 5, 2026, at 9:30 AM Pacific Time, with a required delivery date of April 17, 2026, to Bremerton, Washington. Interested vendors should contact Melissa Ayers or Edwin Baldoria via email for further details and must ensure compliance with all specified requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quote (RFQ) N4523A26Q4003 is issued by the Puget Sound Naval Shipyard and Intermediate Maintenance Facility for the supply of 1500 CFM HEPA Filters. The solicitation is a combined synopsis/solicitation for commercial items under FAR Parts 12 and 13. The NAICS code is 333998 for All Other Miscellaneous General Purpose Machinery Manufacturing, with a size standard of 700 employees. Quotes are due by January 5, 2026, at 9:30 AM Pacific Time, with a required delivery date of April 17, 2026, to Bremerton, WA. The RFQ includes specific requirements for nuclear-grade HEPA filters of various quantities and sizes (24"H x 24"W x 20"D Housing), as well as Contract Data Requirement Lists (CDRLs) for drawing approval, filter test reports, leak test reports, and certificates of compliance. Evaluation criteria include delivery schedule, technical capability, past performance, and price, with technical and past performance being approximately equal to price. Offerors must submit quotes to Melissa Ayers and Edwin Baldoria via email and comply with various FAR and DFARS clauses, including those related to electronic invoicing via WAWF and prohibitions on certain telecommunications equipment.
    DI-SESS-81000F outlines the requirements for Product Engineering Design Data and Associated Lists, which provide a comprehensive technical description of an item to support competitive procurement and maintenance. This Data Item Description (DID) applies to acquisitions of military systems, equipment, and components, particularly at the end of the Engineering and Manufacturing Development Phase and during subsequent phases of the DoD materiel life cycle. The DID emphasizes tailoring requirements to specific contract needs and supersedes DI-SESS-81000E. The design data must reflect the current design maturity, provide engineering data for logistics support, and enable competitive acquisition and manufacturing. Content must conform to ASME standards and include details on processes, performance ratings, dimensional data, manufacturing processes, test criteria, and quality assurance. The data must define all parameters for each unit, assembly, or part, including mechanical, electrical, physical, and environmental conditions. Proper identification with CAGE codes and document numbers is required, and the type of design data will be specified in the contract.
    DI-QCIC-81891 outlines the requirements for an Acceptance Test Report (ATR), a critical document in government contracts, RFPs, and grants. The ATR details the results of qualification tests conducted by a contractor to demonstrate that a system meets performance specifications and contract requirements. It serves as a formal record of compliance, ensuring that delivered systems function as intended. The DID specifies that the contractor's format is acceptable but mandates specific content: identification and description of test articles, test dates and locations, the operator, satisfactory demonstration of objectives, all analyses and supporting data, and all data sheets. This document ensures comprehensive reporting and verification of system performance, providing accountability and transparency in federal and state projects.
    DI-QCIC-81891 is a Data Item Description (DID) for the Acceptance Test Report (ATR). It outlines the format and content requirements for contractors to demonstrate that a system meets performance specifications, work authorization, or contract requirements through qualification tests. The ATR must include test article identification, a full description of test specimens (including deviations), date and location of the test, the operator, all analysis and supporting data, and all data sheets. The contractor's format is acceptable. This document ensures standardized reporting for acceptance testing in government contracts.
    This government file specifies the requirements for Flanged Portable HEPA Filters for the Puget Sound Naval Shipyard, emphasizing adherence to ASME AG-1-2019 standards. The document outlines detailed specifications for filter size, efficiency (99.97% for 0.3 µM particles), initial airflow resistance, operating temperature, and maximum relative humidity. It also covers construction materials like 14 gauge 304 stainless steel for the frame and nipples, and 1/4" 304 stainless steel for flanges. Testing protocols include resistance to airflow, aerosol particle penetration, and leak tests for the assembled housing, with specific leak rate limits. The file mandates clear filter and package markings, including the date of manufacture, and packaging in accordance with ASME AG-1. Manufacturers must provide comprehensive documentation, including test reports, certifications, a detailed filter drawing for approval, and minute-by-minute temperature and pressure readings during leak tests for each filter, requiring prior approval before shipment.
    This document is an ordering data sheet for a HEPA filter, identified as a nuclear-grade filter with specific dimensions: 24 inches high, 24 inches wide, and 20 inches deep, and a 1500 CFM capacity. It includes a housing with 12-inch diameter by 4-inch long inlet and outlet flanged nipples, as per drawing 2370-1944 REV F. The material specified is CRES 300 series. The order is for four units, and a Certificate of Compliance (COC) is required. Changes to technical requirements are subject to Shipyard approval through the Administrative Contracting Officer (ACO).
    This government ordering data sheet details the procurement of 11 nuclear-grade HEPA filters, each with specific dimensions (24"H x 24"W x 20"D housing, 12"D x 4"L flanged nipple inlet/outlet) and made from CRES 300 series material. The document, identified as JOB ORDER 3657I82501, emphasizes that changes to technical requirements are subject to Shipyard approval via the Administrative Contracting Officer (ACO). A Certificate of Compliance (COC) is a mandatory requirement for this order. This file is typical of procurement documents found within federal government RFPs, outlining precise technical specifications and compliance needs for specialized equipment.
    This document is an ordering data sheet for a HEPA filter. The HEPA filter is nuclear grade, with specific dimensions of 24 inches high, 24 inches wide, and 20 inches deep. It includes a housing with 12-inch diameter by 4-inch long inlet and outlet flanged nipples, as detailed in drawing 2370-1944 REV F. The material required is CRES 300 series, and the quantity is 2 each. A Certificate of Compliance (COC) is explicitly required for this order. Changes to technical requirements are not permitted without Shipyard approval via the Administrative Contracting Officer (ACO).
    This government ordering data sheet details the procurement of four nuclear-grade HEPA filters. Each filter is specified to handle 1500 CFM and has dimensions of 24 inches high, 24 inches wide, and 20 inches deep, with a housing featuring a 12-inch diameter by 4-inch long inlet and outlet flanged nipple, as per drawing 2370-1944 REV F. The material required is CRES 300 series. A Certificate of Compliance (COC) is mandatory for this order. Changes to these technical specifications require Shipyard approval via the Administrative Contracting Officer (ACO).
    This document is an ordering data sheet for a nuclear-grade HEPA filter. It specifies a HEPA filter with a flow rate of 1500 CFM, dimensions of 24 inches high x 24 inches wide x 20 inches deep, and a housing with 12-inch diameter x 4-inch long inlet and outlet flanged nipples, all to be made of CRES 300 series material according to drawing 2370-1944 REV. F. The order is for 6 units, and a Certificate of Compliance (COC) is required. The document also states that changes to specifications require Shipyard approval via the Administrative Contracting Officer (ACO).
    The document is an ordering data sheet for six nuclear-grade HEPA filters. These filters are specified as 1500 CFM, 24 inches high x 24 inches wide x 20 inches deep, with a housing featuring 12-inch diameter x 4-inch long inlet and outlet flanged nipples, per drawing 2370-1944 REV. F. The material required is CRES 300 series. A Certificate of Compliance (COC) is mandatory for this order. Changes to specifications or technical requirements are not permitted without Shipyard approval via the Administrative Contracting Officer (ACO).
    This document is an ordering data sheet for a HEPA filter, identified as a nuclear-grade filter with specific dimensions (24" high x 24" wide x 20" deep housing, with 12" diameter x 4" long inlet and outlet flanged nipple) and materials (CRES 300 Series). The order is for four units, and a Certificate of Compliance (COC) is required. Changes to technical requirements are subject to Shipyard approval via the Administrative Contracting Officer (ACO). This document, likely part of an RFP or procurement process, outlines the precise specifications for a specialized HEPA filter, emphasizing quality, quantity, and compliance requirements.
    The document is a vendor information form for government RFPs, federal grants, or state/local RFPs. It requires vendors to provide essential business details such as their legal name, CAGE Code, Unique Entity ID (UEID), and phone number. It also requests contact information for an authorized signer and a primary point of contact (POC), including their names, positions, email addresses, and phone numbers. Vendors must specify their business size (small or large) and confirm if their product offerings align exactly with the attached Ordering Data Sheets and Statement of Work. If an alternative product is proposed, the form requires a detailed explanation justifying its suitability as a replacement for mandatory features. This form streamlines the collection of crucial vendor data, ensuring compliance and clarity in the procurement process.
    Lifecycle
    Title
    Type
    1500 CFM HEPA Filters
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Blast Booth HEPA Filters
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking information from potential vendors regarding the provision of Blast Booth HEPA Filters. The filters required are box-type, measuring 24" x 24" x 12" (nominal), constructed with a particle board frame and neoprene gasket, featuring blended cellulose and polyester fibers that are moisture resistant, with an efficiency of 99.97% at .3 microns and an airflow of 1,100 CFM at .79" wg. These filters are intended for use in dust collectors within blast booth applications, with a total quantity of 40 units needed. Interested parties should submit their responses, including company information and capabilities, to Dean Berkovics at dean.m.berkovics.civ@army.mil by December 29, 2025, at 10:00 AM EST. This notice serves solely for information and planning purposes and does not constitute a Request for Proposal.
    43--FILTER ASSEMBLY,FLU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Filter Assembly, Flu, which is essential for various military applications. The contract will require compliance with stringent quality assurance standards, including ISO 9001 certification, and mandates that all materials supplied must be free from mercury contamination, as they are intended for use on submarines and surface ships. This procurement emphasizes the importance of maintaining high-quality standards and traceability, with a firm fixed-price contract structure anticipated. Interested vendors should direct inquiries to Matthew Cracker at 717-550-3121 or via email at MATTHEW.CRACKER@DLA.MIL, and must ensure their proposals are submitted in accordance with the specified guidelines.
    HEAD,FLUID FILTER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a "Head, Fluid Filter" under a federal contract. This requirement emphasizes the use of Additive Manufacturing for specific components, necessitating compliance with detailed technical specifications and quality assurance measures due to the critical nature of the material involved, which is essential for shipboard systems. The contract will be awarded bilaterally, and interested vendors must adhere to strict delivery schedules and certification requirements, with final delivery expected within 450 days. For inquiries, potential bidders can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.a.dietrich5.civ@us.navy.mil.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    SOLICITATION: FILTERED NOZZLE PACKAGE ASSEMBLY (NSN: 6665-01-382-7084)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the supply of 357 Filtered Nozzle Package Assemblies (NSN: 6665-01-382-7084, Part No: 442-546) under a firm-fixed-price contract. This procurement is critical for military applications, requiring compliance with military preservation, packing, and marking standards as outlined in MIL-STD-2073-1, with all shipments to be delivered Free On Board (FOB) Destination to DLA Distribution Red River in Texarkana, TX. Interested offerors must acknowledge receipt of the solicitation amendment, have a current DD 2345 certification for access to the Technical Data Package, and submit their offers electronically via the PIEE Solicitation module by the extended deadline of January 23, 2026, at 4:30 PM. For further inquiries, contact Jonice Green at jonice.d.green.civ@army.mil.
    43--FILTER ASSEMBLY,FLU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Filter Assembly, specifically NSN 4330015980201, with a total quantity of 532 units required for delivery to DLA Distribution San Joaquin within 101 days after order. This procurement is categorized under the NAICS code 333998, which pertains to all other miscellaneous general-purpose machinery manufacturing, and is crucial for maintaining operational efficiency in military applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the primary contact via email at DibbsBSM@dla.mil. The solicitation is set aside for small businesses, emphasizing the DLA's commitment to supporting small business participation in federal contracting opportunities.
    16--FILTER SUPPLY,CARTR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a Filter Supply Cartridge, specifically NSN 1610012883123. The requirement includes a quantity of 575 units to be delivered to DLA Distribution Warner Robins within 169 days after order placement, adhering to source-controlled drawing specifications. These components are critical for aerospace applications, ensuring the operational readiness of military aircraft. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    16--FILTER SPARES KIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a FILTER SPARES KIT, specifically NSN 1680997020823. The requirement includes a quantity of 117 units to be delivered to DLA Distribution Jacksonville within 169 days after order (ADO), with the approved source being U6454 8100-1037. This procurement is crucial for maintaining operational readiness and support for aerospace craft components and accessories. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    43--FILTER,FLUID
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of fluid filters, specifically NSN 4330151000712, with a total quantity of 15 units required for delivery within 30 days after order. These filters are critical components used in various military applications to ensure the proper functioning of fluid systems. The solicitation is a total small business set-aside, and interested vendors must submit their quotes electronically, as hard copies will not be provided. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's website.
    16--FILTER,OXYGEN SYSTE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 67 units of the Oxygen Filter System, identified by NSN 1660014931834. This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this contract, which falls under the Aircraft Manufacturing industry (NAICS code 336411) and pertains to aerospace craft components and accessories (PSC code 16). Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.