Geothermal Program Coso Steam Flow Verification
ID: N394300DUMMY6123320Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFAC SYSTEMS AND EXP WARFARE CTRPORT HUENEME, CA, 93043-4301, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- OTHER (B599)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor for the Geothermal Program Coso Steam Flow Verification project. This procurement involves independent verification of steam flow rates at the Coso geothermal sites in California, requiring the contractor to collect and analyze steam flow samples and report results to the Geothermal Program Office (GPO). The contract will span a base period of one year starting in 2026, with four optional one-year extensions, and is being sole-sourced due to the proprietary nature of the required analysis methods and the need for continuity with historical data. Interested parties can contact Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil or John Melvin Papa at johnmelvin.m.papa.civ@us.navy.mil for further details, with the solicitation number N3943026R0004 expected to be posted soon.

    Files
    Title
    Posted
    The Navy Geothermal Program Office (GPO) requires a contractor for Steam Tracer Mass Flow Rate Measurements at the Coso Geothermal Field. This Statement of Work (SOW) outlines the need for independent verification of steam flow rates, crucial for power generation revenue and mandated by existing contracts. The contractor will collect steam samples at three sites (Navy I to Navy II, BLM North to Navy I, and Navy II to BLM) twice annually, totaling 18 tests per year, from Spring 2026 through 2030 (including option years). On-site work involves introducing a vapor-phase tracer and collecting three steam samples per location over a 20-minute interval, along with obtaining corresponding steam flow rate values from the Coso DCS system. Laboratory analysis of these samples will determine steam mass flow rates (kph), with results sent to the GPO within 30 days of collection. Discrepancies of 15% or more between DCS values and tested flow rates must be highlighted. The contractor is responsible for obtaining base access, and field work will occur at the Coso geothermal plant while analysis will be performed at the contractor's lab. Travel to the Coso plant is required twice yearly.
    The DON SAP SINGLE SOURCE justification outlines the need for a sole-source contract due to proprietary analysis methods and the requirement for continuity with past results. The government requires a specific geothermal analysis method used since 1995 to maintain accuracy, which is proprietary to the past contractor. This company is the only known vendor capable of providing services that satisfy the follow-on requirement, ensuring comparability of results with historical data and acceptability to stakeholders. The document certifies that these facts are accurate and complete to the best of the knowledge and belief of both the technical/requirements certifier and the contracting officer.
    The presolicitation notice for RFP No. N3943026R0004, titled "B599 -- Coso Steam Flow Verification," outlines a requirement for independent verification of steam flow rates at Coso geothermal sites in China Lake, California. The contractor will collect and analyze steam flow samples, sending results to the GPO. The contract term includes a 12-month base period and four one-year option periods, with a minimum guarantee only for the base period. The procurement is being sole-sourced due to a lack of adequate competition, a decision concurred with by the NAVFAC EXWC small business office. The contact point for this RFP is John Melvin Papa.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    66--GAGE,PRESSURE,DIAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 14 units of a pressure gauge (NSN 1H-6685-007995783-X5) under a presolicitation notice. The procurement is intended for a specific part for which the Government does not own the necessary data or rights for alternative sourcing, making it uneconomical to reverse engineer or purchase data from other sources. Interested parties have 45 days to express their interest and capability to fulfill this requirement, although the Government reserves the right to proceed with a sole-source contract under FAR 6.302-1. For further inquiries, potential vendors can contact Melissa A. Furness at (771) 229-0075 or via email at MELISSA.FURNESS@NAVY.MIL.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    N00024-18-C-4301 J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is issuing a Justification and Approval for contract N00024-18-C-4301, which pertains to the maintenance, repair, and rebuilding of equipment related to furnace, steam plant, and drying equipment, as well as nuclear reactors. This procurement is critical for ensuring the operational readiness and safety of naval facilities, particularly in Groton, Connecticut, where the work will be performed. The contract is significant for maintaining essential equipment that supports naval operations and infrastructure. Interested parties can reach out to Cara Poole at cara.l.poole.civ@us.navy.mil or Joseph Strain at joseph.r.strain4.civ@us.navy.mil for further details regarding this opportunity.
    Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services in Vandenberg AFB, CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Vandenberg Air Force Base (AFB), California. The procurement encompasses bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is critical for supporting base operations, airshows, deployments, and other contingencies, with a focus on maintaining environmental safety and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a closing date approximately 45 days thereafter. Interested parties should contact Ayanna Jackson-Charles at Ayanna.Jackson-Charles@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information, and must be registered in the System for Award Management (SAM) to participate.
    Buoy Services Wave Data Renewal
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    RDTE Program Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVFAC Systems and Expeditionary Warfare Center, is seeking a contractor to provide technical services for an applied Research, Development, Testing, and Evaluation (RDT&E) program focused on Navy-driven research needs related to at-sea compliance and permitting. The contractor will be responsible for generating communication products and facilitating meeting planning and documentation, ensuring adherence to relevant environmental laws and regulations such as the National Environmental Policy Act and the Marine Mammal Protection Act. This procurement is particularly significant as it supports the Navy's ability to conduct uninterrupted at-sea training and testing, with a contract term of one year starting in 2026, plus four option years. Interested women-owned small businesses are encouraged to submit pricing quotes and technical capability statements, with inquiries directed to Nicole Mendes at nicole.mendes@navy.mil or Ryan J. Kenniff at ryan.j.kenniff.civ@us.navy.mil.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Getinge Steam Sterilizer Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of a Getinge steam sterilizer aboard the USS George Washington (CVN 73), with a completion deadline of December 15, 2025. This firm-fixed-price service contract requires the use of original equipment manufacturer (OEM) parts and certified technician labor, with specific demands for 22 Getinge OEM parts and associated installation services, travel, lodging, and per diem. The work will take place at Commander, Fleet Activity Yokosuka in Japan, where the vendor must coordinate access with the ship's point of contact. Interested parties should reach out to Mary Gilman at mary.j.gilman2civ@us.navy.mil for further details regarding the solicitation and requirements.