Rental and Maintenance of One (1) Ultra High Pressure (UHP) Self-Contained, Diesel Motor Driven 20,000 PSI 20 GPM Water Jet System with Support Services
ID: N3904025Q2969Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

COMPRESSORS AND VACUUM PUMPS (4310)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental and maintenance of a portable, self-contained, diesel motor-driven ultra high-pressure (UHP) water jet system, capable of operating at 20,000 PSI and 20 GPM, along with necessary support services. The contractor will be responsible for providing all required equipment, conducting start-up, training, and maintenance, while ensuring compliance with safety and operational standards. This procurement is critical for maintaining high operational efficiency and safety at Sub Base New London, CT, emphasizing the importance of reliable and effective equipment in military operations. Interested vendors must submit their proposals by April 15, 2025, with the performance period set from September 16, 2025, to December 29, 2025, and an option for extension into January 2026. For further inquiries, contact Kyle Wilkinson at kyle.j.wilkinson4.civ@us.navy.mil or by phone at 207-994-4753.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 12:04 PM UTC
The Portsmouth Naval Shipyard (PNSY) is requesting proposals for the leasing of a portable diesel-driven Ultra High Pressure (UHP) water jet system, designed for operation at Sub Base New London, CT. This system must operate at 20,000 PSI and 20 GPM, and the contractor is responsible for providing all necessary equipment, services—including start-up, training, and maintenance—while adhering to strict safety and operational standards. Key requirements highlight a robust design for outdoor use, compliance with federal regulations, and rapid response to maintenance needs. The contractor must ensure proper setup, conduct weekly inspections, maintain a preventative maintenance schedule, and facilitate training sessions for government personnel. Delivery and installation responsibilities are also outlined, including a thorough acceptance process following inspections. Overall, this project underscores the government's commitment to maintaining high operational standards through thorough contract specifications that prioritize safety, reliability, and efficiency.
Apr 1, 2025, 12:04 PM UTC
The document outlines the Contract Data Requirements List (CDRL), specifically the DD Form 1423, which serves as a government tool to specify data items required under federal contracts. It provides a structured template for contractors to document essential data items related to their contracts, including technical data, manuals, or reports. Key components of the form include contract line item numbers, frequency of submissions, distribution statements, and estimated pricing grouped into four categories based on the importance and frequency of reporting requirements. The form mandates comprehensive data collection to improve accountability and ensure the quality of deliverables. Furthermore, it highlights the roles of involved parties, establishes submission timelines, and provides guidance on completing the form, ensuring clarity in the documentation process. The CDRL is significant for government procurement, aiming to maintain rigorous standards and facilitate effective project execution while allowing for efficient data submission by contractors. This systematic approach supports compliance with contract terms and enhances record-keeping for both government and contractors.
Apr 1, 2025, 12:04 PM UTC
Apr 1, 2025, 12:04 PM UTC
Apr 1, 2025, 12:04 PM UTC
The Portsmouth Naval Shipyard is seeking proposals for the rental and maintenance of a portable, self-contained, diesel motor-driven ultra high-pressure water jet system, alongside support services. This combined synopsis/solicitation aims to provide commercial products and services in accordance with government procurement standards, with a response deadline set for April 15, 2025. The period of performance spans from September 16, 2025, to December 29, 2025, with an option for extension into January 2026. Only vendors registered in the System for Award Management (SAM) are eligible for consideration. Proposals must demonstrate technical compliance with specifications, include a breakdown of pricing, and adhere to the outlined terms and conditions. Evaluation will be based on technical acceptability and price considerations, emphasizing that quotes are submitted via email. The emphasis on detailed contractor responsibility and quality control reflects the requirements for successful execution of the proposed services. The document incorporates applicable FAR and DFARS clauses, outlining various compliance obligations for prospective bidders.
Mar 20, 2025, 8:06 PM UTC
The Portsmouth Naval Shipyard (PNSY) has issued a Statement of Work (SOW) for the lease of a portable, diesel-powered 20,000 PSI, 20 GPM Ultra High Pressure (UHP) water jet system, intended for use at Sub Base New London, CT. The package includes components such as trailer-mounted units, hoses, and safety devices, along with essential support services including start-up, training, and preventative maintenance. The UHP system must meet specific operational criteria, including outdoor functionality in extreme temperatures and have features like emergency controls and filtration systems. The contractor is responsible for supplying all necessary equipment, performing maintenance checks, and offering on-site training for government personnel on system operation. The document outlines the government's responsibilities in terms of providing utilities and coordinating inspections, as well as specific requirements for safety and operational integrity per state and federal standards. It emphasizes the need for detailed maintenance plans and efficiency in responding to any operational issues. This procurement aligns with government efforts to ensure effective and safe operational standards in maintenance tasks related to military facilities.
Similar Opportunities
PUMP UNIT CENTRIFUGAL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of six centrifugal pump units, identified by NSN 4320-01-241-7284, to support its Surface Forces Logistics Center operations. The pumps must meet specific technical specifications, including a 5 HP motor, a maximum discharge flow rate of 130 GPM, and must be packaged in compliance with military standards to prevent damage during transit. This procurement is critical for maintaining operational readiness and efficiency within the Coast Guard's logistics framework. Interested vendors must submit their quotations by April 15, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, ensuring compliance with all outlined packaging and delivery requirements.
Rental of one (1) 60 Ton Critical Chiller System
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental of one (1) 60-ton critical chiller system, with the rental period extending from September 16, 2025, to April 20, 2026, and an option to extend through May 18, 2026. Vendors are required to meet specific mechanical and electrical specifications, provide regular maintenance and support, and ensure compliance with a detailed Statement of Work (SOW) that includes various operational and safety standards. This procurement is crucial for maintaining effective cooling solutions for naval operations, reflecting the government's commitment to operational readiness. Proposals are due by April 15, 2025, and interested parties should submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil.
43--PUMPCTFGL 1KGPM 175
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure six units of the PUMPCTFGL 1KGPM 175, identified by NSN 7H-4320-016063591. The procurement is a presolicitation notice, indicating that the government does not possess the data or rights necessary to purchase or contract repair of this part from alternative sources, making it uneconomical to reverse engineer. These power and hand pumps are critical for various military applications, and interested vendors are encouraged to express their capability to meet the government's requirements with commercial items within 15 days of this notice. For further inquiries, interested parties can contact Kailyn Muro at (717) 605-1350 or via email at kailyn.m.muro.civ@us.navy.mil.
Rental of Temp Blast Package
Buyer not available
The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking capable vendors to provide a temporary abrasive blasting package for operation at Sub Base New London, Connecticut. The procurement requires a comprehensive Abrasive Blast System, which includes a dust collector, vacuum recovery unit, a 4-pot recycle blast system, and a blast recovery system, all designed to meet stringent operational and safety standards in marine industrial environments. This equipment is crucial for maintaining high-performance machinery in defense applications, ensuring compliance with safety regulations while withstanding harsh conditions. Interested vendors must submit their capability statements, including company details and relevant experience, to Alyssa Cress at alyssa.a.cress.civ@us.navy.mil by the specified deadline, noting that this is a Sources Sought notice and not a request for quotes.
49--WATER JET MACHINE
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking WATER JET MACHINE repair parts. This machine is typically used for maintenance and repair shop equipment. The procurement will take place at PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any amendments will be posted on the NECO website: www.neco.navy.mil. Electronic submission of quotes is available through the NECO website.
43--PUMP UNIT
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 21 units of a specific pump unit, identified by NSN 7H-4320-200029030. The government has determined that it is uneconomical to acquire the data or rights necessary for alternative sources to manufacture or repair this part, emphasizing the importance of this specific item in their operations. Interested vendors are encouraged to submit their capabilities or proposals within 45 days of the notice publication, with all inquiries directed to Alexander Craft at (717) 605-4147 or via email at ALEXANDER.CRAFT@NAVY.MIL.
43--PUMP UNIT,CENTRIFUG
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of new manufacture spare parts for a Centrifugal Pump Unit. This procurement is critical for maintaining operational readiness and involves evaluating offers based on lead time, price, past performance, and capacity. Interested vendors must submit firm fixed price quotes, including unit prices and lead times, by the extended deadline of April 29, 2025, with all submissions to be received by 2:00 PM EST. For further inquiries, potential offerors can contact Helen Carmelo at Helen.i.carmelo.civ@us.navy.mil or by telephone at 215-697-1138.
Industrial electric motor pumps with variable frequency drive
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for the procurement of three industrial electric motor pumps with variable frequency drives, along with their installation. The requirements include pumps with a horsepower of 3-5, an operating speed of 3600 RPM, and a flow rate of 50 gallons per minute, as well as on-site installation support, wiring, testing, and training for government personnel. This procurement is set aside for small businesses and aims to enhance operational capabilities within the naval services. Interested parties must submit their quotations by April 15, 2025, and direct any questions to Steven Besanko at steven.besanko@navy.mil by April 8, 2025.
43--Hydraulic Pump
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the acquisition of hydraulic pumps, specifically NSN 4320-01-432-0321. This procurement is structured as an Indefinite Quantity Contract with a one-year base period and four one-year option periods, totaling a maximum duration of five years, and is set aside exclusively for small businesses. The hydraulic pumps are critical components used in various military applications, emphasizing the importance of reliable and efficient pumping equipment. Interested vendors can access the Request for Proposal (RFP) on April 25, 2025, at https://www.dibbs.bsm.dla.mil/RFP, and should direct any inquiries to Patrick Laugherty at patrick.laugherty@dla.mil or by phone at 614-406-1966.
23 - FMS Repair - PUMPING UNIT, HYDRAU
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking a qualified contractor for the sole-source repair of a hydraulic pumping unit, specifically NSN 7R 4320-011472150 VH, part number 70652-02950-105. The procurement is critical as the government lacks sufficient data to contract with any source other than the current supplier, emphasizing the importance of this equipment in military operations. Interested vendors must adhere to strict compliance with military specifications for packaging and preservation, and must submit a proposal that includes all required documentation as outlined in the NAVSUP WSS Source Approval Brochure. For inquiries, potential bidders can contact Liam Cunningham at liam.f.cunningham2.civ@us.navy.mil.