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
    NRP,PUMP,CENTRIFUGA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of NRP, PUMP, CENTRIFUGA, which falls under the NAICS code 333914 for Measuring, Dispensing, and Other Pumping Equipment Manufacturing. The contract requires the manufacture and supply of specific pumping equipment, with an emphasis on compliance with quality assurance standards and government inspection protocols. This equipment is critical for various defense applications, ensuring operational readiness and efficiency. Interested contractors must submit their quotes by December 12, 2025, and can direct inquiries to Valentino P. Arena at 717-605-2498 or via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL.
    PUMP UNIT,CENTRIFUG
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Centrifugal Pump Unit through NAVSUP Weapon Systems Support Mechanicsburg. The contract requires the manufacture of the pump unit in accordance with specified quality and inspection standards, including compliance with MIL-STD packaging and Government Source Inspection. This equipment is critical for various naval operations, ensuring reliable performance in demanding environments. Interested vendors must submit their quotes electronically to Sherry Kaylor at sherry.l.kaylor.civ@us.navy.mil, adhering to the requirements outlined in the solicitation, with a focus on firm-fixed pricing and authorized distributor status. The deadline for submissions and further details can be obtained by contacting the primary point of contact.
    FUEL STORAGE TANK
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting offers for the procurement of a fuel storage tank, as outlined in Solicitation Number N4215826QE006. This opportunity is aimed at manufacturers within the Metal Tank (Heavy Gauge) Manufacturing industry, specifically for the provision of lubrication and fuel dispensing equipment. The successful contractor will be responsible for delivering the specified tank to Portsmouth, Virginia, which is critical for supporting naval operations. Interested vendors must submit their quotations via email to Michelle Augustus by December 10, 2025, at 12:00 PM, and are encouraged to review the attached solicitation documents for detailed requirements and compliance instructions.
    USS DYNAMIC (AFDL-6) FLOWSERVE FIRE PUMP OVERHAUL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a contractor for the overhaul of the Flowserve Fire Pump aboard the USS Dynamic (AFDL-6). This procurement is being conducted as a Combined Synopsis/Solicitation under the authority of FAR Part 13, utilizing Simplified Acquisition Procedures, and is intended to be awarded on a sole source basis to OTC Industrial Technologies. The overhaul of the fire pump is critical for maintaining operational readiness and safety aboard the vessel. Interested parties may express their interest and capability to respond to this requirement, but the Government reserves the right to proceed with the sole source contract without competitive quotes. For further inquiries, interested vendors can contact Linh Finn at linh.t.finn.civ@us.navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil.
    PUMP UNIT. CTFGL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the PUMP UNIT. CTFGL, categorized under the NAICS code 333914 for Measuring, Dispensing, and Other Pumping Equipment Manufacturing. The procurement aims to ensure the operational readiness of critical pumping equipment, with a required Repair Turnaround Time (RTAT) of 229 days and Government Source Inspection (GSI) mandated for all repairs. Interested contractors must submit their quotes, including pricing and RTAT, by the extended deadline of December 12, 2025. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL.
    FMS Repair - NIIN 013474420 Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of "PUMP UNIT, ROTARY" items, specifically those with National Stock Number 4320013474420 and part number 7591553P3. The procurement requires adherence to the contractor's repair and overhaul standard practices, compliance with MIL-STD-973 for design changes, and the use of mercury-free materials for items intended for submarines and surface ships. This repair service is critical for maintaining operational readiness and safety of naval vessels. Interested contractors must submit their quotations by December 17, 2025, and can direct inquiries to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL.
    PUMP,FUEL,METERING
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of fuel metering pumps. This contract requires the manufacture and supply of these pumps, which are critical components in engine fuel systems for non-aircraft applications. The solicitation encourages accelerated delivery and requires government source inspection, with a revised quotation period extending to December 31, 2025. Interested vendors should contact Mary Nolan at 717-605-1320 or via email at MARY.C.NOLAN3.CIV@US.NAVY.MIL for further details and to ensure compliance with the necessary procurement requirements.
    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 repair of centrifugal pumps under a federal contract. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 444 days and to ensure compliance with Government Source Inspection (GSI) standards. These centrifugal pumps are critical components in various naval operations, necessitating reliable and timely repair services to maintain operational readiness. Interested contractors should submit their quotes, including unit price, total price, and RTAT, to the primary contact, Owen M. McNamara, at 215-697-3473 or via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL, with the solicitation details available for review.
    PUMP,ROTARY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of rotary pumps, classified under the NAICS code 333914. The procurement aims to increase the overall base quantity of pumps from 22 to 34 units, with a required repair turnaround time (RTAT) of 35 days, emphasizing the importance of timely delivery and quality assurance in support of national defense operations. Interested contractors must provide detailed quotes including unit prices and RTAT, and are encouraged to submit proposals by the extended deadline of December 19, 2025. For further inquiries, potential bidders can contact Alexander S. Craft at 771-229-0409 or via email at alexander.s.craft.civ@us.navy.mil.
    43--PUMP,DISTILLED WATE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking proposals for the repair or modification of a distilled water pump (NSN 7H-4320-011300015-CP). The procurement involves a single item delivery to DLA Distribution Norfolk, VA, and is restricted to approved sources due to the government's lack of ownership of the necessary data for alternative sourcing. This pump is critical for military operations, and the contract will be awarded only to firms whose inspection systems comply with MIL-I-45208A or equivalent standards. Interested parties must submit their capabilities and proposals within 45 days of this notice, and all inquiries should be directed to Jessica L. Harpel at jessica.l.harpel2.civ@us.navy.mil or by phone at (215) 697-2995.