NPTU Inspection of Air Receivers
ID: FA441825Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (H345)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is seeking small business contractors to provide inspection services for High Pressure-Air (HPA) receivers at the Nuclear Power Training Unit-Charleston (NPTU-C) located in Daniel Island, South Carolina. The procurement involves a thorough external and partial internal inspection of 28 HPA receivers, ensuring compliance with the National Board Inspection Code and the Unified Facilities Criteria, with a focus on safety and operational integrity for U.S. Navy training environments. Interested vendors must submit their quotations by 0900 EST on February 26, 2025, and must possess relevant certifications in Non-Destructive Testing and inspection experience. For further inquiries, potential bidders can contact Loryn Heckathorn at loryn.heckathorn@us.af.mil or Stephanie R. Woods at stephanie.woods.7@us.af.mil.

    Files
    Title
    Posted
    Document FA441825Q0007 outlines critical clauses related to federal contracting and compliance requirements, particularly for contractors engaged with the Department of Defense (DoD). Key provisions include responsibilities regarding compensation for former DoD officials, whistleblower rights, safeguarding defense information, and prohibitions on telecommunications equipment from specific regimes. The document emphasizes the mandatory electronic submission of payment requests via the Wide Area WorkFlow (WAWF) system, detailing procedures for invoice types and document submissions. It also incorporates essential clauses for federal acquisition, including representations and certifications that offerors must complete to ensure compliance with various regulations, including small business considerations and environmental impact disclosures. The clauses protect against serious misconduct, such as forced labor and tax delinquencies, ensuring ethical standards are upheld in federal contracts. Overall, this document provides a comprehensive framework for managing federal contracts, emphasizing legal, ethical, and procedural integrity to improve accountability and governance in government procurement processes.
    The Nuclear Power Training Unit-Charleston (NPTU-C) requires inspection services for its High Pressure-Air (HPA) system to ensure compliance with the Unified Facilities Criteria. The Statement of Work details that a contractor will provide a thorough external and partial internal inspection of 28 HPA receivers over a specified timeframe. Inspections must adhere to the latest National Board Inspection Code standards and involve visual inspections, pressure relief valve assessments, and ultrasonic wall thickness measurements. Contractors must demonstrate qualifications, including certifications in Non-Destructive Testing and relevant pressure vessel examination experience. Additionally, all personnel must have proper security clearances to access the secure Navy facility. Pre-inspection arrangements include the provision of operating procedures, instrumentation details, and internal inspection methods. The NPTU-C aims to maintain safety standards while improving operational integrity, reflecting the importance of effective vessel inspections in critical training environments for U.S. Navy personnel.
    The 628th Contracting Squadron is requesting quotations for the inspection of high-pressure air receivers at Naval Port Terminal Unit (NPTU) Charleston, as specified in the Statement of Work (SOW). This Request for Quotation (RFQ) FA441825Q0007, classified under NAICS code 541350 which has a small business size standard of $11.5 million, is exclusively open to small businesses. Interested vendors must submit their offers via email by 0900 EST on February 26, 2025, to Senior Airman Loryn Heckathorn. The scope involves a single lot inspection service with a total cost to be determined by the quoting vendor. The document includes fields for vendor details, performance period, warranty information, and other pertinent data required for submission. This RFQ underscores the government’s commitment to sourcing services from small businesses while ensuring compliance with federal procurement standards.
    This document outlines the updated wage determination for contracts governed under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically Wage Determination No. 2015-4427, Revision No. 29. It indicates applicable minimum wage rates for all workers, notably $17.75 per hour for contracts established after January 30, 2022, adhering to Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the relevant rate is $13.30. The document specifies rates for a variety of occupations—ranging from administrative support to protective services—in South Carolina counties including Berkeley, Charleston, and Dorchester. It also details additional benefits, such as health and welfare rates, paid sick leave as per Executive Order 13706, and vacation and holiday entitlements. Contractors are required to classify unlisted job types and request authorization for additional wage rates via Standard Form 1444 (SF-1444). The document emphasizes compliance with wage requirements, and the significance of providing applicable fringe benefits, while ensuring that workers’ rights and protections are upheld throughout the contract’s duration. Additionally, specific conditions for uniform reimbursements and hazard pay differentials are outlined, ensuring fair compensation aligned with job-specific risks.
    The document outlines a combined synopsis and solicitation (FA441825Q0007) for the inspection of Air Receivers at Joint Base Charleston, SC. This acquisition is exclusively for small businesses and follows the Federal Acquisition Regulation guidelines. Contractors are invited to submit quotations by 26 February 2025, with responses requiring relevant certifications in Non-Destructive Testing (NDT) and inspection experience. The evaluation of offers will prioritize price and technical capability, ensuring that the lowest priced quotation meets required standards. Offerors must be registered in the System for Award Management and adhere to specific submission guidelines, including the requirement for certifications and relevant experience. The document emphasizes that the government may award a contract based on the best value without communication with offerors. This solicitation represents a structured approach to obtain specialized inspection services, emphasizing compliance with acquisition regulations and facilitating government contracting with small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Unfired Pressure Vessel (UPV) Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Unfired Pressure Vessel (UPV) inspections at F.E. Warren Air Force Base in Wyoming. The contract aims to secure inspection services for 27 UPVs, requiring the contractor to provide management, tools, and labor while ensuring compliance with federal and state regulations. These inspections are critical for maintaining safety and operational integrity of the vessels, which play a vital role in military operations. The total award amount for this contract is $11,500,000, and interested parties, particularly women-owned small businesses, must submit their proposals in accordance with the outlined requirements by the specified deadlines. For further inquiries, potential bidders can contact Rebecca Behne at rebecca.behne@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil.
    Hahn & Clay Pressure Tank Lid Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the evaluation and repair of a Hahn & Clay pressure tank under RFQ N66604-25-Q-0052. The procurement aims to restore the tank's pressure capability of 4000 PSI, requiring compliance with the National Board Inspection Code (NBIC) and ASME standards, particularly addressing a broken seal on the tank lid. This pressure tank is critical for conducting environmental qualification testing for the Navy, emphasizing the importance of maintaining operational safety and performance standards. Interested contractors must submit their proposals by January 24, 2024, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or Teresa Michael at teresa.m.michael2.civ@us.navy.mil.
    50T Crane Main Lift Cylinder Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to repair the main lift cylinder of a Grove Rough Terrain Crane (Model RT600E) at Joint Base Charleston, South Carolina. The contractor will be responsible for transporting the crane, disassembling the lift cylinder, replacing seals, resurfacing the cylinder rod with chrome, and reinstalling the refurbished cylinder, ensuring compliance with OSHA standards and providing necessary certification documentation upon completion. This procurement is critical for maintaining operational efficiency and safety of the equipment used by the Air Force. Interested vendors must submit their quotations by 09:00 AM EST on February 24, 2025, and are encouraged to direct inquiries to SSgt Patrick Thomas at patrick.thomas.30@us.af.mil or by phone at 843-963-4485.
    API Fuel Tank Inspection - Wright Patterson, AFB
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the API Fuel Tank Inspection project at Wright Patterson Air Force Base in Ohio. The procurement involves comprehensive inspection services for fuel tanks, including the removal and disposal of remaining fuel, cleaning, and conducting internal inspections in accordance with API 653 and NFPA standards. This initiative is critical for ensuring the structural integrity and compliance of military fuel storage facilities, thereby safeguarding operational safety and environmental protection. Interested contractors must submit their quotes by November 5, 2024, at 2:00 PM CDT, and can direct inquiries to Charles Thirsk at Charles.Thirsk@usace.army.mil or Jae Chang at jae.chang@usace.army.mil.
    CO2 Fire Suppression System Inspection Service and Hydrostatic Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide CO2 fire suppression system inspection services and hydrostatic testing at Tinker Air Force Base in Oklahoma. The procurement includes annual and semi-annual inspections, preventive and remedial maintenance, and compliance with OEM specifications, ensuring that all fire suppression systems meet safety and operational standards. This opportunity is critical for maintaining operational safety and regulatory compliance within government facilities, reflecting the importance of effective fire safety management. Interested vendors must attend a mandatory site visit on February 21, 2025, and submit their proposals by March 7, 2025, with evaluations based on technical acceptability and pricing. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil.
    Toledo, OH Valve & Intake Inspection & Repair
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the inspection and repair of an intake valve located at the US Army Corps of Engineers property in Toledo, Ohio. The project requires completion within 60 days of award, with the intention to finalize the work in a single day once initiated, and is exclusively set aside for small businesses under NAICS code 561990. This procurement is critical for maintaining water infrastructure and ensuring operational efficiency, with the contract to be awarded based on the Lowest Price Technically Acceptable approach. Interested vendors must submit their quotes by February 28, 2025, and are encouraged to schedule a site visit by February 26, 2025; for further inquiries, they can contact Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263.
    49--NRP,CHERRY PICKER A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of new manufacture spare parts, identified as the "49--NRP, CHERRY PICKER A." This contract requires the delivery of critical materials essential for a shipboard system that supports the launch and recovery of aircraft, emphasizing the importance of compliance with stringent quality assurance and inspection standards. Interested vendors must submit their proposals, which will be evaluated based on lead time, price, past performance, and capacity, by 2:00 PM EST on the specified closing date. For further inquiries, potential bidders can contact Brian T. Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL.
    20--CYLINDER,DUPLEX, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of a duplex stainless steel cylinder, part number 556-7107927-46, essential for the SSN 774 Class Hydraulic Accumulator. The procurement requires that the repair be conducted in accordance with specific technical documents and standards, with a focus on restoring the item to a serviceable condition while adhering to strict quality assurance and packaging requirements. This cylinder is critical for submarine operations, emphasizing the importance of maintaining operational readiness. Interested vendors must submit their repair quotes to Steve Smithey via email by February 28, 2025, and are encouraged to provide detailed pricing and turnaround time information as part of their proposals.
    API Fuel Tank Inspection - Moody AFB, GA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses to conduct API fuel tank inspections at Moody Air Force Base in Georgia. The contract involves performing external inspections on aboveground storage tanks, ensuring compliance with industry standards and environmental safety regulations, while requiring the contractor to provide all necessary resources, including personnel and equipment. This procurement is critical for maintaining the integrity and safe operation of fuel storage facilities, reflecting the government's commitment to regulatory compliance and environmental protection. Interested parties must submit their proposals electronically by November 5, 2024, and can direct inquiries to Charles Thirsk at Charles.Thirsk@usace.army.mil or Jae Chang at jae.chang@usace.army.mil.
    48--VALVE,ACTUATOR ASSY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the repair and modification of the Valve, Actuator Assembly. This procurement requires qualified contractors to refurbish and manufacture components in accordance with specified engineering and quality standards, ensuring compliance with unique design capabilities and security requirements. The goods are critical for maintaining operational readiness and safety within naval systems. Interested contractors must have a valid U.S. security clearance and are required to submit their offers by 4:30 PM EST on February 28, 2025, with additional details available from the primary contact, Madison M. Gray, at MADISON.M.GRAY4.CIV@US.NAVY.MIL or by phone at 717-605-4056.