Ultra High Pressure Operator
ID: N3904025SS400T4446Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified contractors to provide Ultra High Pressure (UHP) Operators, On-Site Supervisors, and a Program Manager for the overhaul and repair of Fast Attack Submarines. The procurement aims to secure ten experienced UHP Operators and additional supervisory personnel to ensure compliance with safety protocols and technical excellence during the project, which is scheduled from July 20, 2025, to November 22, 2025. This contract is critical for maintaining high-quality ship repair services while adhering to federal regulations and safety standards. Interested parties are encouraged to respond to this sources sought notice, and should direct inquiries to Gary W. Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-994-0292, as a formal solicitation will be released soon.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 7:05 PM UTC
The document outlines the Operations Security (OPSEC) Contract Requirements for contractors at the Portsmouth Naval Shipyard (PNSY). OPSEC is crucial for safeguarding sensitive information from adversaries during contract performance, which includes both classified and unclassified data referred to as Critical Information and Indicators (CII). Contractors must create and submit an OPSEC plan before commencing their work. This plan is vital for identifying and monitoring OPSEC activities, and any inadvertent disclosure of sensitive information carries significant consequences, including contract termination and potential legal action. Contractors are responsible for protecting Controlled Unclassified Information (CUI) and are prohibited from using personal email and social media to share work-related information. The document emphasizes the handling of portable electronic devices, which must be used in compliance with PNSY guidance to prevent security breaches. It lists critical information that must be protected, including personally identifiable information and project-related schedules. Specific countermeasures are prescribed to mitigate risks, including the destruction of sensitive documents and immediate reporting of any unauthorized disclosures. This document establishes clear guidelines for maintaining security and confidentiality within governmental operations and highlights the importance of adhering to strict OPSEC protocols in contractual engagements.
Mar 27, 2025, 7:05 PM UTC
The Portsmouth Naval Shipyard (PNS) requires contractor support from July 20 to November 22, 2025, for the overhaul and repair of Fast Attack Submarines. The project involves supplying ten experienced Ultra High Pressure (UHP) Operators, along with supervisors and a Program Manager. The contract emphasizes maintaining personnel with specific qualifications and relevant experience, adhering to strict safety protocols established by OSHA and PNS guidelines. Key requirements include providing workers with the necessary protective equipment, maintaining detailed training records, and ensuring compliance with confined space entry and fall protection standards. The contractor will be responsible for daily time tracking, reporting, and attending regular status meetings with PNS management. A focus on safety and technical excellence is paramount, requiring all personnel to complete introductory safety briefings and passing proficiency checks before commencing work. Contractors must adhere to strict security and access protocols, including proper identification and background checks. Overall, this contract reflects the commitment to high-quality, safe maintenance practices within the ship repair industry while complying with federal regulations.
Mar 27, 2025, 7:05 PM UTC
The Portsmouth Naval Shipyard (PNS) is seeking proposals for ten experienced Ultra High Pressure (UHP) Operators, along with On-Site Supervisors and a Program Manager, to support Fast Attack Submarine overhauls, modernization, and repairs. A formal solicitation will be released electronically for a period of 21 days, emphasizing the evaluation of submitted resumes based on qualifications and experience. Proposals must include firm fixed pricing, detailing fully burdened rates and other direct costs (ODC). The expected period of performance spans from July 20, 2025, to November 22, 2025, with a requirement for twelve personnel, including laborers and supervisors. The pre-solicitation notice serves as an alert to potential offerors but does not guarantee contract issuance, with a formal solicitation anticipated soon. The associated Statement of Work (SOW), in draft form, may undergo revisions prior to its finalization. The estimated manpower requirements cover various roles through multiple shifts, highlighting the necessity for competent personnel at the shipyard in Kittery, Maine.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Inspections and Operational Testing on Scrubbers & Burners
Buyer not available
The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a sole-source contract to CEPEDA Associates, Inc. for inspections and operational testing of scrubbers and burners, as well as Air High-Pressure Dehydrator (AHPD) systems for a Seawolf class submarine. The procurement requires Original Equipment Manufacturer (OEM) services to perform Pre-Availability Tests and inspections in accordance with OEM standards, with the contract period estimated from May 12, 2025, to June 6, 2025, at Naval Base Kitsap Bangor. This opportunity is critical for maintaining the operational readiness and safety of submarine systems, ensuring compliance with military standards and protocols. Interested parties must submit their capabilities documentation by April 18, 2025, to the designated contacts, Christopher Cooper and Andrew M. Skelley, via email.
Sources Sought USNS SUPPLY ROH/DD 2026
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified firms to provide Regular Overhaul Dry/Docking Availability for the USNS SUPPLY (T-AOE 6), scheduled from March 2, 2026, to August 9, 2026, at a contractor's facility on the East/Gulf Coast. Interested parties are invited to submit a brief capabilities package that includes company profiles, facility descriptions, and small business status under NAICS Code 336611 for Ship Building and Repair by April 24, 2025. This procurement is critical for maintaining the operational readiness of the USNS SUPPLY, involving tasks such as general ship services, steel replacement, inspections, and system upgrades. For further inquiries, interested firms can contact James Parker at james.l.parker2.civ@us.navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
60' Dive Support Boat
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is soliciting proposals for the design and construction of a 60-foot Dive Support Boat intended for underwater maintenance and repair operations. This procurement is set aside for Historically Underutilized Business (HUBZone) firms, emphasizing the need for compliance with specific operational and technical requirements, including a maximum of 350 engine hours at delivery and adherence to stringent construction materials standards. The Dive Support Boat will play a critical role in supporting U.S. Navy divers during missions, ensuring operational readiness and safety. Interested contractors must submit their proposals by April 17, 2025, at 2:00 PM PDT, and can direct inquiries to Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil.
US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP) Global Repair Services
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking qualified contractors to provide Global Repair Services for the US Navy Submarine Emergency Diesel Generator (EDG) Fairbanks Morse Opposed Piston (FMOP). The procurement aims to support the Submarine Diesel Readiness & Sustainment Program by offering OEM services, including damage assessment, failure analysis, and emergent technical support for various submarine classes, specifically the SSBN/SSGN 726, SSN 688, and SSN 21 classes. This contract is crucial for maintaining the operational readiness of the Navy's submarine fleet, ensuring that the EDG systems are effectively supported and sustained. The Request for Proposal (RFP) is expected to be released in May 2025, with contract awards anticipated in October 2026, under a hybrid Cost-Plus-Fixed-Fee and Firm-Fixed-Price, Indefinite-Delivery, Indefinite Quantity contract structure, with a performance period of five years. Interested parties may contact Destiny Speller at Destiny.Speller@navy.mil or Dustin Bordelon at dustin.bordelon@navy.mil for further information.
USS PEARL HARBOR (LSD 52) FY26 DSRA AND USS O’KANE (DDG 77) FY26 DSRA
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS PEARL HARBOR (LSD 52) and USS O’KANE (DDG 77). This procurement requires a highly capable contractor to perform maintenance, modernization, and repair services, necessitating substantial facilities and skilled human resources to manage and integrate various ship maintenance tasks. The contracts, expected to be awarded as two separate Firm-Fixed-Price agreements, will be executed on the West Coast, with proposals due by May 6, 2025. Interested contractors should contact Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil or Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil for further details and access to restricted files.
Hull Clean
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for hull cleaning services for the USCGC DAVID DUREN, scheduled between May 5 and May 24, 2025. The contractor will be responsible for cleaning the underwater surfaces of the vessel, renewing zinc anodes, and ensuring compliance with Coast Guard standards while preserving existing coatings. This procurement is critical for maintaining the operational readiness and integrity of the vessel, which is essential for maritime safety and security. Interested contractors must submit their firm fixed price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
Repair of Virginia Class Propulsor Rotor Assembly
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting qualified contractors for the evaluation, repair, and modification of a VA Class Propulsor Rotor Assembly, specifically NSN 2S 2010-01-534-8269 P2, with a quantity of one unit. The procurement requires adherence to detailed technical specifications and compliance with Navy regulations, including inspections, repairs, and post-repair processes such as painting and balancing, all while ensuring confidentiality and quality control. This opportunity is critical for maintaining the operational readiness of naval vessels, with a delivery deadline set for July 24, 2026. Interested vendors must submit firm fixed-price quotations by April 21, 2025, and can contact Jeffrey Dietrich at 717-605-4078 or via email at jeffrey.dietrich@navy.mil for further information.
Repair of QTY 1 EA, SSBN 726 Class Propeller
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of one SSBN 726 Class Propeller, identified by NSN 2S 2010-01-003-6313 P2. Contractors are required to submit a firm-fixed-price proposal in accordance with the provided Technical Data Package and Repair Statement of Work, with a focus on compliance with quality assurance standards and timely reporting of progress. This procurement is critical for maintaining the operational readiness of military assets, emphasizing the importance of adherence to military specifications and documentation requirements. Interested parties should direct inquiries to Jeffrey Dietrich at JEFFREY.DIETRICH@NAVY.MIL, with proposals due as specified in the solicitation documents.
USS SHOUP (DDG-86) FY25 5J1 Bundle2
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center in Yokosuka, Japan, is soliciting proposals for the USS SHOUP (DDG-86) FY25 5J1 Bundle 2, focusing on ship repair and maintenance services. Contractors are required to perform specific tasks outlined in the provided Task Group Instructions (TGIs), which include replacing deck coverings and composite deck panels, ensuring compliance with military standards and safety protocols. This procurement is critical for maintaining the operational readiness and safety of the USS SHOUP, emphasizing the importance of quality assurance and adherence to timelines. Interested contractors must possess an active Master Agreement for Repair and Alteration of Vessels (MARAV) and submit their proposals, including a detailed price breakdown, by the specified closing date. For further inquiries, contact Kazuo Takamura at Kazuo.Takamura.ln@us.navy.mil or Peter Arrieta at peterjommel.s.arrieta.ln@us.navy.mil.
Solicitation for Multiple Award Repair IDIQ - Submarine Corporate Component Repairs Program (CCRP)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract under the Submarine Corporate Component Repairs Program (CCRP). This contract, which spans a two-year base period with three optional years, aims to facilitate the repair of components for Los Angeles and Virginia class submarines, specifically focusing on industrial valve manufacturing as outlined by NAICS code 332911. The contract will allow for delivery orders issued on a Cost-Plus-Fixed-Fee or Firm-Fixed-Price basis, with a minimum order value of $500 and a maximum cumulative order limit of $86 million across all awardees. Interested contractors must submit their proposals by May 5, 2025, and can direct inquiries to Hannah Forsyth at hannah.m.forsyth.civ@us.navy.mil or Madison Gray at madison.m.gray4.civ@us.navy.mil for further clarification on requirements and qualifications.