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
Repair of Shaft, Submarine - Qty: 2 with an Option of 1
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of two shafts for Ohio Class submarines, with an option for an additional shaft. This procurement is set aside for small businesses and requires compliance with specific Defense Priorities and Allocation System (DPAS) ratings, as well as adherence to detailed technical data packages and military specifications for delivery. The contract will involve both immediate repair services and potential future work, emphasizing the importance of quality and traceability in defense contracts. Interested parties must submit their proposals by 4:00 PM local time on May 15, 2025, and can direct inquiries to Kathryn Shutt at kathryn.e.shutt.civ@us.navy.mil or Hannah Forsyth at hannah.forsyth@navy.mil.
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.
N0002425R4403 USS FORREST SHERMAN (DDG 98) FY26 DMP
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of the FY26 maintenance, modernization, and repair of the USS FORREST SHERMAN (DDG 98) under solicitation N00024-25-R-4403. This contract requires a highly capable contractor with substantial facilities and human resources to manage and integrate various aspects of ship maintenance and repair, specifically on the East and Gulf Coasts. Given the complexity and scale of the project, the procurement will not be set aside for small businesses, as market research indicates a lack of capable small business competitors. Interested parties must register in the System for Award Management (SAM) and submit proposals by monitoring the PIEE/SAM.gov page for updates, with a contract award anticipated around October 2025 and project commencement expected in February 2026, concluding in August 2027. For further inquiries, potential offerors can contact LCDR Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jacqueline Black at jacqueline.r.black.civ@us.navy.mil.
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 contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair for these naval vessels, which are critical to maintaining operational readiness. The contracts will be awarded as two separate Firm-Fixed-Price agreements, with proposals due by May 6, 2025, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. For further inquiries, potential offerors can contact Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Courtney Schlusser at courtney.j.schlusser.civ@us.navy.mil.
Inspections and Operational Testing for LPAC 1 &2
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to award a sole-source contract for inspections and operational testing of High Pressure Air Compressors (HPAC) No. 1 and No. 2 on the SEAWOLF class submarine. The contractor, identified as RIX Industries, will perform shipboard work in the engine room, including the overhaul and complete testing of the HPAC systems in accordance with Original Equipment Manufacturer (OEM) specifications. This procurement is critical for maintaining the operational capacity of naval vessels, ensuring compliance with safety protocols and security clearances for personnel accessing sensitive information. Interested parties may express their capabilities by April 23, 2025, and must submit documentation to Christopher Cooper at christopher.t.cooper14.civ@us.navy.mil or Andrew Skelley at andrew.m.skelley@navy.mil, with the contract period set from June 3 to June 23, 2025.
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.
DDG Underway Replenishment (UNREP) Station Number 4 Cable Replacement; accomplish
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center, is seeking qualified contractors for the replacement of the Underway Replenishment (UNREP) Station Number 4 cable on the Arleigh Burke Class (DDG) ships. This opportunity is a Sources Sought Notice aimed at identifying experienced firms capable of performing the required work, which is critical for maintaining the operational readiness of naval vessels. Interested parties are invited to submit a brief capabilities package that outlines their qualifications, including company profile, size status under NAICS Code 336611, and any relevant partnerships or agreements. Responses must be submitted by 10:00 a.m. PST on April 28, 2025, to James Legaspi at james.l.legaspi.civ@us.navy.mil, with no reimbursement for costs incurred in the submission process.
Maintenance, Repair, and Preservation of Bangor Caisson 1 Prime
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking a contractor for the maintenance, repair, and preservation of the Bangor Caisson 1 Prime, a significant asset measuring 108 feet in length and 65 feet in height. The procurement involves a Firm-Fixed-Price contract that requires the contractor to perform various tasks, including asset pickup and delivery, coating renewal, system inspections, and compliance with safety and environmental regulations. This opportunity is crucial for ensuring the operational readiness and longevity of naval assets, with the contract expected to be awarded in September 2025, following a request for proposals anticipated in April/May 2025. Interested parties should contact Jeff Jaeckel at jeff.a.jaeckel.civ@us.navy.mil or Christopher Campbell at christopher.d.campbell76.civ@us.navy.mil for further information.
CUTTER HAWSEPIPE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Cutter Hawsepipe, which is critical for shipboard systems. The contract requires compliance with stringent quality assurance standards and involves the provision of specialized materials and components, including various parts that must meet specific military specifications and undergo rigorous testing and certification processes. This procurement is essential to ensure the reliability and safety of naval operations, as the materials involved are designated as special emphasis material due to their critical nature. Interested vendors should contact Markus A. Hamilton at 570-449-7909 or via email at MARKUS.A.HAMILTON.CIV@US.NAVY.MIL for further details, with the expectation of a contract award within the next year.
Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.