Water Quality Maintenance of LL-7000 Heat Exchanger
ID: N0016426Q0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, titled "ENGINEERED ENVIRONMENTALS INCORPORATED," details a comprehensive list of components for a complex fluid management system, likely for a federal or state infrastructure project. The document outlines various pumps, sensors, filters, heat exchangers, meters, switches, and an extensive array of valves. Key components include coolant pumps, conductivity and flow sensors for purity loops, particulate and ion exchange filters, and numerous valves for isolation, service, drain, and flow control. The system also incorporates temperature and pressure gauges, thermometers, and vibration eliminators. The detailed inventory suggests an emphasis on precise control, purity maintenance, and system integrity, indicating its relevance to a high-purity water system within a larger industrial or research application, such as a federal grant for advanced facility development or an RFP for specialized equipment procurement.
    This pricing matrix outlines a five-year contract for various maintenance services and part replacements for water filtration systems, categorized by CLIN (Contract Line Item Number). Services include strainer inspection and cleaning for FF10, FF11, and FF12. Replacement tasks cover filter cartridges for FF1, FF4, FF7, FF13, and FF14; resin replacements for FF2, FF5, FF3, FF6, and FFC; and replacement strainer screens for FF10, FF11, and FF12. Each CLIN specifies a quantity (either 'Each' or 'Cubic Feet') and provides blank fields for pricing across five years. CLIN 0017, 'CDRLS,' is noted as 'Not Separately Priced.' The document explicitly states that the tables are for demonstration purposes only, allowing contractors to propose alternative quantity breaks or tables.
    This document outlines salient characteristics for various filters and resins required for ultra-pure water systems, likely for a government Request for Proposal (RFP) or grant. It details specifications for different Clinical Laboratory Improvement Amendments (CLINs), including micron filtration levels, dimensions, materials (e.g., 304 stainless, Buna N, polypropylene), operating temperatures and pressures, and compatibility with high-purity water. Specific items include 10-micron filters (CLIN 4), 0.2-micron filters for bacteria removal (CLIN 5, 6), Norgren filter elements (CLIN 7, 8), and specialized resins from Purolite and Calgon Carbon (CLIN 9-13) which are explicitly stated as non-substitutable due to their unique performance for ultra-pure water. Additionally, the document specifies strainer elements for Mueller Y-STRAINERS (CLIN 14-16) with details on diameter and perforation size, emphasizing the need for 304 or 316 Stainless Steel. The consistent requirement for high-purity water compatibility across many items underscores the critical application of these components.
    The document outlines a project for the submission of reports and documentation, emphasizing adherence to specific deadlines and submission methods. Initial submissions are due 30 days after each delivery order's completion, with subsequent submissions required 30 days following follow-up maintenance or repairs. All submissions must be sent via email to designated recipients. The document also contains technical data and export control restrictions, noting that the information is restricted by the U.S. Arms Export Control Act and the Export Administration Act of 1979. Violations of these export laws are subject to severe criminal penalties. Dissemination must comply with DoD Directive 5230.24. Additionally, the document is digitally signed by two individuals, Nayana Palmer and GAGAN VISHWAKARMA, with specific dates and times indicating the digital signing event.
    Amendment 0001 to Solicitation N0016426Q0004, issued by NSWC Crane, extends the solicitation closing date to November 12, 2025, and updates the pricing matrix to Rev.4. This modification, dated October 31, 2025, changes the response due date from November 4, 2025, to November 12, 2025. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. The amendment details administrative changes to the solicitation, including the addition of "Pricing Matrix Template Rev.4" and the deletion of "Pricing Matrix Template.REV3" from Section J – List of Attachments. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0002 to Solicitation N0016426Q0004, issued by NSWC Crane, corrects an uploaded Attachment 2 - Pricing Matrix in the contract writing system. This amendment, dated November 7, 2025, clarifies that the document remains unchanged from Amendment 0001 as posted on SAM.gov, with all other terms and conditions staying the same. The
    Amendment 0003 to Solicitation N0016426Q0004 modifies an existing solicitation, issued by NSWC Crane, for federal government RFPs. Key changes include extending the response due date to December 5, 2025, and adjusting the response due time to 12:00 PM Eastern Standard Time. Exhibit A, CDRL A001 and A002 are corrected from Distribution D to Distribution A. Clause C-212-W001 is edited to remove paragraph (w) and add ordering activity to paragraph (x), specifying NSWC Crane as the authorized agency for placing delivery orders. Additionally, provision 252.225-7020 Trade Agreements Certificates is added, requiring offerors to provide the country of origin for CLINs 0004-0016. The amendment also clarifies warranty requirements, stating that the contractor must extend full standard commercial warranty coverage to the Government. This amendment ensures compliance with trade agreements and updates administrative and contractual terms for the solicitation.
    The document appears to be a highly fragmented and repetitive government file, likely part of an RFP, grant, or state/local RFP. Due to extensive formatting issues, including numerous unreadable characters and repeated sections, the specific content or purpose of the document cannot be definitively determined. However, the recurring structure, which includes sections denoted by "1", "2", "3", "4", "5", ".6", and "7", followed by sequences of "7", suggests a standardized template or form. The presence of phrases like "!" # $" and "%" further indicates a structured, possibly coded, format. The file is characterized by significant data corruption, rendering it largely incomprehensible for detailed analysis.
    This government solicitation (N0016426Q0004) is an RFP for maintenance services and supplies for the LL-7000 Heat Exchanger at NSWC Crane, Indiana. The system provides high-purity, de-mineralized, de-ionized cooling water for test equipment. The scope includes routine services for filters, strainers, and resin beds, emphasizing quick and efficient execution to minimize production impact. The contractor must provide all necessary equipment, materials, and labor, ensure personnel are CPR-certified, and adhere to professional industry standards. Key tasks involve strainer inspection and cleaning, replacement of various filter cartridges (e.g., Filterite, Minntech, Norgren), and replacement of ion exchange resins (Purolite, Calgon Carbon) to maintain water quality. Detailed reporting after each work order is required, covering services performed, personnel present, system readings, and any issues. The solicitation also outlines operational security, on-site safety requirements, and electronic invoicing procedures via Wide Area WorkFlow (WAWF).
    Lifecycle
    Title
    Type
    Similar Opportunities
    Rental of (1) Heat Exchanger and Accompanying Component Parts
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting bids for the rental of a steam heat exchanger and its associated components under Solicitation Number N3904026Q3067. The procurement requires the provision of the heat exchanger system, along with preventative and routine maintenance, training, start-up services, and freight, with a contract that includes a 6-month base period of performance from January 27, 2026, to July 26, 2026, and three optional 1-month extensions. This equipment is crucial for maintaining operational efficiency in naval operations, and vendors must be registered in SAM.gov to submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil by the response deadline of December 5, 2026, at 12:00 PM EST. The award will be based on the Lowest Price Technically Acceptable criteria, considering technical acceptability, adherence to schedule, and price.
    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.
    FFG-62 Heat Exchangers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting bids for the procurement of two Gasketed Plate Heat Exchangers (PHE) to facilitate land-based testing of prototypical shipboard systems. The requirement includes one PHE for a seawater representative system and another for a freshwater representative Closed Loop Cooling Water System, along with additional components such as a Drip Pan and Port Strainer for seawater. These heat exchangers are critical for ensuring efficient thermal management in naval operations. Interested vendors can reach out to Christopher McCarthy at christopher.m.mccarthy26.civ@us.navy.mil or John LaMotta at john.n.lamotta.civ@us.navy.mil for further details regarding the solicitation.
    16--HEAT EXCHANGER,LEFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for the procurement of a Heat Exchanger, Left, which is a critical component for the AM-7190/SPY-1B Amplifier, Radio Frequency of the Aegis Radar System. This contract requires the manufacture and supply of the heat exchanger, adhering to specific design, performance, and quality standards as outlined in the solicitation documents. The successful contractor will be responsible for ensuring compliance with military specifications and providing traceability for the supplied items, which are essential for maintaining the operational readiness of naval systems. Interested vendors must submit their offers by the extended deadline of October 31, 2025, and can direct inquiries to Sarah Haley at 717-605-3550 or via email at sarah.r.haley2.civ@us.navy.mil.
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.
    16--NRP,COOLING INTERF - AND SIMILAR REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of cooling interface and similar replacement parts. This procurement is critical as the materials will be utilized in shipboard systems that enable the launch and recovery of aircraft, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of aircraft. The solicitation is a sole source spares solicitation, with the proposal submission date extended to 31 October 2025, and all contractual documents will be considered issued upon transmission by the Government. Interested parties can contact Michael Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL for further details.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Buyer not available
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    Request for Information - Engineering Services and Supplies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought (SS) to gather insights on engineering services and supplies necessary for the sustainment and enhancement of the AEGIS Weapon System and AN/SPY Radar Signal Processor. This initiative aims to explore alternatives to a sole-source award to Lockheed Martin for a five-year Basic Ordering Agreement (BOA), which is being considered due to concerns over substantial duplication of costs and potential delays associated with competitive procurement. Interested contractors are invited to submit capability statements, product literature, and white papers to challenge the sole-source justification, with responses due by December 10, 2025, at 2:00 PM EST. For further inquiries, interested parties may contact Kathryn Muessig at Kathryn.m.muessig.civ@us.navy.mil or by phone at 812-381-7158.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    ISO 9001 AND ISO 45001 Surveillance and Certification Services
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC Crane), is seeking contractors to provide ISO 9001 and ISO 45001 surveillance and certification services. The procurement includes a base period for initial certification audits and multiple option years for surveillance audits, extending from January 1, 2026, to December 31, 2030. These certifications are crucial for maintaining quality management and occupational health and safety standards within the organization. Interested vendors must submit their offers by November 4, 2025, with the closing date extended to December 5, 2025, at 3:00 PM Eastern Time. For inquiries, contact Kelsey Strunk at kelsey.r.strunk.civ@us.navy.mil.