PNSY Rental of two (2) Nitrogen Trailers
ID: N3904025Q0114Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Industrial Gas Manufacturing (325120)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

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

    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals from qualified vendors for the rental of two high-pressure nitrogen gas trailers under solicitation number N3904025Q0114. The procurement aims to secure reliable nitrogen supplies essential for operations at the shipyard, with a contract period from September 2, 2025, to September 1, 2026. Vendors must ensure compliance with specific technical and safety standards, including certified pressure vessels and rapid refill capabilities, while adhering to stringent Operations Security (OPSEC) requirements to protect sensitive information. Interested parties must submit their offers via email by August 6, 2025, and should contact Marilyn Fletcher at marilyn.g.fletcher2.civ@us.navy.mil or call 207-438-6349 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Portsmouth Naval Shipyard has issued a combined synopsis/solicitation for the rental of two high-pressure nitrogen gas trailers under solicitation number N3904025Q0114. The request, designated as a Total Small Business Set-Aside, seeks proposals from qualified vendors capable of providing the required equipment and associated services. The contract is set to cover a period from September 2, 2025, to September 1, 2026, with delivered prices and availability requested before the deadline of August 6, 2025. Vendors must submit their offers via email and must be registered with the System for Award Management (SAM). The trailers must comply with specific technical and safety standards and contain certified pressure vessels for high-pressure nitrogen storage. Each trailer should have rapid refill capabilities and conform to established cleanliness and safety regulations. The selection process will evaluate proposals based on technical acceptability, pricing, and past performance, prioritizing the lowest price that meets the specified requirements. All responses must demonstrate compliance with safety standards and provide detailed technical information to ensure responsiveness. This solicitation represents the government's need for reliable and compliant nitrogen supplies to support operations at the shipyard.
    The Portsmouth Naval Shipyard's Operations Security (OPSEC) contract requirements emphasize the protection of sensitive information from adversaries. An OPSEC Plan must be created and signed by contractors to outline their security activities and is to be submitted via encrypted email, DoD SAFE, or USPS. Contractors are responsible for preventing inadvertent disclosures of Controlled Unclassified Information (CUI) and Critical Information and Indicators (CII). Strict measures are outlined to avoid compromising sensitive data, including prohibitions on sharing information publicly, particularly on social media. The document details the handling of portable electronic devices (PEDs) to mitigate security risks and outlines examples of critical information that should be protected. The contractor is expected to adhere to rigorous security protocols to ensure that CII remains confidential, with immediate reporting required for any security breaches. This directive reflects a commitment to safeguarding national security interests during contract execution at the shipyard.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    INDUSTRIAL GAS AND CYLINDER RENTAL
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for a firm fixed-price contract to provide industrial gas supplies and cylinder rental services to NCTAMS LANT DET Cutler, Maine. The procurement includes a variety of industrial gases such as Liquid Nitrogen, Oil Pumped Nitrogen Gas, Sulfur Hexafluoride, Argon, Oxygen, Acetylene, C25 Mix, and Carbon Dioxide, with a requirement for weekly deliveries and a 24-hour response time for emergency requests. This contract is crucial for ensuring the continuous availability of these gases, which are essential for various operational needs, and will span a base period with four option years, concluding on December 20, 2030. Interested vendors must register in the System for Award Management (SAM) and submit their capability statements to Brittany Simmons at brittany.s.simmons3.civ@us.navy.mil by the specified deadlines.
    Purchase New Liquid Nitrogen Tank
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    GENERATOR,NITROGEN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the repair of nitrogen generators through the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to ensure the operational readiness of these critical gas generating and dispensing systems, which are essential for various military applications. The contract will require a Repair Turnaround Time (RTAT) of 164 days, with an emphasis on compliance with quality assurance standards and government inspections. Interested contractors should submit their quotes, including unit prices and RTAT, to Rebecca A. Rainey at REBECCA.A.RAINEY5.CIV@US.NAVY.MIL by the specified deadline, as the solicitation is issued under Emergency Acquisition Flexibilities.
    Nitrogen Generator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of a Nitrogen Generator to be delivered to Tinker Air Force Base, Oklahoma. The generator must produce nitrogen gas with a purity of 95%-99% using membrane production technology, and it should be capable of inflating aircraft tires while adhering to specific operational requirements, including a storage pressure of 4000-5000 psig and an output flow of 13-20 SCFM. This equipment is crucial for maintaining aircraft readiness and safety, ensuring that tires are properly inflated with high-purity nitrogen. Interested vendors should submit their quotes and any inquiries in writing to Jacqueline Henn at Jacqueline.Henn@us.af.mil, with all submissions due by the closing date specified in the solicitation documents.
    Nitrogen Generator System and Nitrogen Storage Banks
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center at Robins Air Force Base, Georgia, is seeking proposals for a Nitrogen Generator System and two High-Pressure Nitrogen Storage Banks. The procurement aims to acquire a compact, forkliftable nitrogen generator capable of producing nitrogen at 4500 psi with a minimum output of 18 SCFM, along with storage banks that meet specific operational and safety standards. These systems are crucial for maintaining operational readiness and efficiency in various Air Force applications. Proposals are due by December 23, 2025, at 12:00 PM EST, and must be submitted via email to the designated contacts, with all inquiries to be directed by December 20, 2025.
    16--NRP,FILTER,NITROGEN, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of seven units of a nitrogen filter, identified by NSN 7R-1680-016336191-P8, under a presolicitation notice. This item is classified as a commercial/nondevelopmental/off-the-shelf product, and it requires government source approval prior to contract award due to its flight-critical nature. Interested vendors must provide comprehensive documentation demonstrating their capability to produce the item, as only previously approved sources will be considered for this contract, which is essential for maintaining fleet support needs. Proposals must be submitted to Alexis T. Hoepfl at the provided contact information, and interested parties are encouraged to review the NAVSUP WSS Source Approval Information Brochures for detailed submission requirements.
    Nitrogen Generator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Nitrogen Generator to be utilized at Tinker Air Force Base in Oklahoma. This generator is essential for producing nitrogen gas for inflating aircraft tires and must meet specific requirements, including a nitrogen purity of 95%-99%, a maximum size of 6' x 3' x 6', and a weight limit of 4,000 lbs. The system should deliver dry, oil-less nitrogen at specified pressures and flow rates, and include features such as filtration, pressure regulation, an in-line oxygen analyzer, and a touchscreen control panel. Interested vendors can reach out to Jacqueline Henn at Jacqueline.Henn@us.af.mil for further details, and should be aware of the updated evaluation criteria and item description provided in the solicitation amendment.
    68--HELIUM,HI-PURITY AN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of high-purity helium gas. This procurement is critical for various defense applications, requiring compliance with stringent quality assurance and inspection standards. The selected contractor will be responsible for delivering the helium in accordance with specified technical documentation and packaging requirements, with an emphasis on timely delivery and adherence to safety protocols. Interested vendors should contact Trevor L. Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL for further details, and proposals must be submitted by the deadline indicated in the solicitation.
    Refer/Freezer Rental
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified vendors to provide rental services for cold (refrigerator box) and frozen storage (freezer box) units under Solicitation Number N3904026Q3042. This procurement is a Total Small Business Set-Aside, requiring a Firm Fixed Price contract in accordance with the attached Statement of Work, and is crucial for maintaining operational efficiency at the shipyard. Interested contractors must ensure compliance with Operation Security (OPSEC) requirements and submit their quotations by the specified deadline. For further inquiries, vendors can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.