TRANSPORT PUMP - SERVICE
ID: N42158-25-Q-E021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Specialized Freight (except Used Goods) Trucking, Long-Distance (484230)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)
Timeline
    Description

    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified vendors to provide transport pump services under a Firm Fixed Price (FFP) contract. The procurement involves transportation services for commercial goods, adhering to the specifications outlined in the solicitation documents, including compliance with federal regulations for hazardous materials. This contract is crucial for ensuring the safe and efficient transport of sensitive materials, with a performance period anticipated from April 1, 2025, to March 31, 2026. Interested vendors must submit their quotes, including required documentation, by February 6, 2025, at 10:00 AM EST, and can direct inquiries to Carolyn F. Burns at carolyn.f.burns.civ@us.navy.mil or by phone at 757-967-2922.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the specifications for securing shipping containers on trailers, primarily for federal government transportation compliance. It includes a detailed sketch and various notes regarding the minimum tie-down requirements and materials. Key elements include using 1/2 inch grade 7 tie-down chains with a minimum capacity of 11,300 lbs, as well as the necessity of wood blocking to enhance the container’s stability. It specifies the load capacity of 120,000 lbs and allows flexibility in additional tie-downs, provided they conform to safety standards. The document also mandates the use of friction mats and specifies dimensions for the wood boards used for securing the container. The purpose of this attachment is to ensure safe transport of shipping containers, minimizing risks during transport while adhering to federal guidelines. This reflects the government’s commitment to safety and compliance in logistics and transportation associated with federal operations.
    This document, marked as Document No. 4311V100, presents details concerning shipping containers relevant to a federal Request for Proposal (RFP). The focus is on specifications surrounding the type, dimensions, and quantity of shipping containers required for the project. It serves as a comprehensive guide for prospective bidders to understand the logistical requirements necessary for fulfilling the government contract. Key points likely include important dimensions of the containers, material specifications, weight limits, and any other relevant regulations that must be adhered to during the shipping process. The structure of the document is concise, suggesting a straightforward approach to efficiently relay essential information to vendors. By outlining these requirements, the document ensures that interested parties are adequately prepared to meet the government's needs promptly and effectively, aligning with the overall context of federal procurement processes aimed at maintaining transparency and competitive bidding. In summary, this attachment underlines the government's commitment to structured guidelines in procurement, facilitating communities and businesses in their participation in federal contracts, and ultimately supporting efficient project execution.
    The Vehicle Assessment Checklist outlines essential criteria for evaluating commercial vehicles before shipment. It serves to ensure vehicles are suitable for their intended cargo and comply with federal and state regulations. Key assessment areas include verifying that the vehicle has passed the appropriate mechanical inspections, checking the driver’s qualifications (with Hazardous Material Endorsement and valid DOT registration), and conducting a visual inspection of vehicle components such as tires, lights, and brakes. Other checks include ensuring that safety items like fire extinguishers and emergency reflectors are present, and that the fifth wheel is properly engaged. Any deviations or deficiencies found during this assessment must be documented and communicated to management prior to loading. This checklist is critical for maintaining operational safety and regulatory compliance, particularly in the context of federal RFPs, grants, and local procurement activities.
    The Transport Vehicle Request Form outlines specific requirements for the transportation of radioactive materials from the Norfolk Naval Shipyard (NNSY), Portsmouth, VA, to Westinghouse, Ruffs Dale, PA. The document specifies that the vehicle must be scheduled for delivery within six weeks, must arrive by 6:00 AM, and includes the need for proper permits related to hazardous and radioactive waste transport. Key requirements emphasize the vehicle type, dimensions, weight, and load security measures, such as tarps and chains. Additionally, all equipment must be new or in like-new condition. Radiological compliance is highlighted, stating the maximum allowable levels of radioactive contamination on vehicles and the protocols for surveying and decontaminating equipment if contamination limits are exceeded. The document emphasizes the importance of safety, including rigorous check-in procedures for drivers and retention of vehicle data to avoid regulatory breaches. Overall, this request form ensures strict adherence to safety regulations and operational standards in transporting sensitive materials, illustrating the governmental responsibility toward public safety and environmental protection.
    This document outlines the key events and timeline for a Pump Transport Service contract, with notable dates and requirements for the contractor involved. The contract is set to commence on April 1, 2025, and conclude by July 30, 2025. Essential tasks include obtaining necessary state and local permits within six weeks from notification of shipping dates, providing documentation related to axle loadings and weight limits at least three weeks prior to shipment, and supplying required personnel information to obtain security access at the Norfolk Naval Shipyard (NNSY) one week before arrival. Additional obligations include notifying NNSY about any problems during transport, ensuring daily check-ins for loads in transit exceeding one day, and providing off-yard transportation routes and tie-down information before departure. The contractor's arrival for inspections is scheduled two days prior to loading, with operations planned to take place at designated times. This structured approach aims to ensure adherence to safety regulations and proper execution of the transport process for the scheduled deliveries, emphasizing compliance and coordination with local authorities. Ultimately, this document serves as a comprehensive guide for managing the contractual obligations and timelines of the transport service, vital for effective project delivery within the federal RFP context.
    The Norfolk Naval Shipyard (NNSY) Operations Security (OPSEC) Assessment Questionnaire is designed to evaluate whether contractors working on NNSY projects may access or produce U.S. Government critical information (CI) and determine if an OPSEC plan is necessary. Key sections of the form include contractor details, contract type, and scope of work questions that assess potential exposure to sensitive information. The questionnaire guides the responsible representatives in collaboration with the NNSY OPSEC Program Manager to establish appropriate security provisions and ensure compliance with Department of Defense requirements. If the assessment indicates any affirmative responses regarding the handling of sensitive materials or tasks requiring security clearances, an OPSEC plan must be developed. This plan will outline the OPSEC environment, risk analysis, responsibilities, and any required measures to protect CI during contract execution. The document emphasizes the importance of including OPSEC requirements in all solicitations and contract awards to ensure the contractor’s understanding of their obligations regarding sensitive information. Ultimately, the purpose of the document is to safeguard critical defense information during contractor operations at NNSY, ensuring that ongoing security measures are appropriately implemented and maintained throughout the contract lifecycle.
    The document outlines requirements for a vendor to certify their capability to supply a transport pump service as specified in a federal RFP. Vendors are required to confirm their ability to meet the Statement of Work's specifications, including possessing an active Department of Transportation (DOT) number and experience in transporting hazardous materials or radioactive materials. Additionally, vendors must indicate their availability to meet requested timelines. This certification must be initialed and submitted with the vendor's quote to be considered for the award. The emphasis on regulatory compliance and deadlines illustrates the government's focus on safety and efficiency in procurement processes for sensitive transport services.
    Lifecycle
    Title
    Type
    TRANSPORT PUMP - SERVICE
    Currently viewing
    Solicitation
    Similar Opportunities
    TRANSPORT PUMP - SERVICE
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified vendors to provide transport pump services under a Firm Fixed Price (FFP) contract. The procurement requires transportation services for commercial goods, adhering to the specifications outlined in the solicitation documents, with a performance period anticipated from April 1, 2025, to March 31, 2026. This opportunity is crucial for ensuring the effective movement of naval equipment and materials, and it is solicited as full and open competition under NAICS code 484230. Interested parties must submit their quotes, including required documentation, by February 6, 2025, at 10:00 AM EST, and can direct inquiries to Carolyn F. Burns at carolyn.f.burns.civ@us.navy.mil or by phone at 757-967-2922.
    PUMP,CENTRIFUGAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of centrifugal pumps. The contract requires the manufacture and delivery of these pumps, adhering to strict quality assurance and inspection standards, with an emphasis on compliance with military specifications. These pumps are critical for various defense applications, ensuring operational readiness and efficiency in military operations. Interested vendors must submit their offers by February 7, 2025, and can direct inquiries to Kristina Alexander at 717-605-6055 or via email at KRISTINA.ALEXANDER@NAVY.MIL.
    16--FUEL PUMP ASSEMBLY
    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 fuel pump assemblies. This competitive solicitation aims to fulfill a spare parts requirement, emphasizing the need for technically acceptable proposals at the lowest price. The fuel pump assemblies are critical components for various aircraft, ensuring operational readiness and safety. Interested vendors must submit their quotes by February 18, 2025, as late offers will not be accepted. For further inquiries, potential bidders can contact Marisa Tetkowski at 215-697-2644 or via email at MARISA.TETKOWSKI@NAVY.MIL.
    43--PUMPCTFGL 1KGPM 175
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the PUMPCTFGL 1KGPM 175, a specialized pumping equipment. This contract requires the manufacture and quality assurance of the specified pump, adhering to strict design and inspection standards as outlined in the solicitation. The equipment is critical for various defense applications, ensuring operational efficiency and reliability in military operations. Interested vendors should direct inquiries to Bryan Crummel at BRYAN.D.CRUMMEL.CIV@US.NAVY.MIL or by phone at 717-605-7332, with proposals expected to follow the guidelines set forth in the solicitation documents.
    PUMP UNIT CENTRIFUGAL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of eight centrifugal pump units, identified by NSN 4320-01-112-0008, from qualified vendors. The pumps must be individually packaged according to stringent military standards to prevent damage during transport, with specific requirements for labeling and documentation outlined in the solicitation and accompanying packaging requirements document. These pumps are critical for the Coast Guard's operational capabilities, ensuring reliable performance in various maritime applications. Interested vendors must submit their quotations by February 6, 2025, at 10:00 AM EST, and can direct inquiries to Yvette R. Johnson at Yvette.R.Johnson@USCG.mil.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF-204 Patrol Boat, with a focus on engaging small businesses for this federal contract opportunity. Contractors are required to provide all necessary labor and materials to perform the dry docking, which includes structural repairs, ultrasonic testing, hull cleaning, and compliance with safety and environmental regulations. This project is critical for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, at 2:00 PM ET, and direct any inquiries to the designated contacts, Krystle Jones and Robert McDermott, via their provided email addresses.
    PUMP,CENTRIFUGAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of centrifugal pumps under a federal contract. The procurement aims to ensure timely repair services with a required Repair Turnaround Time (RTAT) of 175 days, emphasizing the importance of maintaining operational readiness for naval equipment. This solicitation is issued under Emergency Acquisition Flexibilities, encouraging accelerated delivery, and requires compliance with specific quality assurance and inspection standards. Interested contractors should submit their quotes, including pricing and RTAT, to Dillon M. Hippensteel at DILLON.M.HIPPENSTEEL.CIV@US.NAVY.MIL by the specified deadline.
    V--Transportation, travel and relocation services.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking packing, containerization, and local drayage services for personal property shipments required by CPPSO. This service is typically used for the preparation of personal property of military members and civilian employees for movement or drayage and related services. The performance period for this 100% small business set-aside contract is anticipated to be a 12-month base period beginning on 01 June 2019 and ending on 31 May 2020, with options to extend through 30 November 2024. The place of performance is numerous locations throughout Maryland. The solicitation is expected to be available around 02 April 2019 on the Navy Electronic Commerce Online (NECO) website. All responsible sources may submit a proposal. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact David Crouch at david.w.crouch@navy.mil.
    43--PUMP SUBASSEMBLY,CE
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting bids for the procurement of a pump subassembly, specifically categorized under the NAICS code 333914 for Measuring, Dispensing, and Other Pumping Equipment Manufacturing. The contract aims to acquire essential pumping equipment that plays a critical role in various defense operations, ensuring reliability and efficiency in military applications. Interested vendors must submit their quotes by 2:00 PM EST on the specified closing date, and all proposals should be directed to Taylor M. Weidman via email at TAYLOR.M.WEIDMAN2.CIV@US.NAVY.MIL. Late submissions will not be considered for award, and the procurement will follow a Lowest Price Technically Acceptable (LPTA) evaluation process.
    Miscellaneous Valve and Pump Removals
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking eligible small businesses to provide services for the removal of miscellaneous valves and pumps from the USNS PECOS. This opportunity is part of a market research initiative and does not constitute a solicitation or guarantee of contract award; the anticipated solicitation release date is around February 21, 2025, with contract awards expected by April 25, 2025. The services will be performed at the contractor's facility, with the overall period of performance extending until September 30, 2025. Interested small businesses, particularly those that are Service-Disabled Veteran-Owned, Certified HUBZone, and Certified 8(a), are encouraged to submit a capabilities statement by February 7, 2025, to Samuel N. Queen at the provided email or mailing address.