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
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.
Sources Sought–Pure Water System Pump and Motor Assembly
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking sources for the overhaul, production, removal, and installation of pump and motor assemblies for the LL-7000 Pure Water Heat Exchanger, which is critical for recirculating demineralized, deionized cooling water in laboratory settings. The procurement aims to ensure that each assembly achieves a reliable performance of 50,000 hours while adhering to stringent purity standards and operational integrity. Interested contractors must demonstrate their capability in managing the entire process, including compliance with government standards and quality assurance protocols, and are encouraged to submit relevant documentation by the deadline of May 1, 2025. For further inquiries, potential respondents can contact Ryan Arford at ryan.j.arford.civ@us.navy.mil or by phone at 812-381-7173.
Compressor and hose
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of a High Pressure Air Compressor (HPAC) and associated hose for use on the USS Bataan. The requirement includes a compressor capable of producing a final pressure between 2700-3300 PSI with a discharge capacity of 19.8 Standard Cubic Feet per Minute (SCFM), along with a 75-foot hose compatible with the ship's air inlet system. This equipment is critical for enhancing operational efficiency and self-sufficiency aboard naval vessels, particularly for recharging Self-Contained Breathing Apparatus (SCBAs) and providing backup to the ship's low-pressure air system. Interested vendors must submit their quotes by the specified deadline, and all inquiries should be directed to Elysia Allen at elysia.m.allen2.civ@us.navy.mil, with a required delivery date of 24 weeks after receipt of order.
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.
Inspections and Operational Testing for HPAC 1 &2
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), intends to award a sole-source contract for the overhaul and operational testing of High Pressure Air Compressors (HPAC) No. 1 and No. 2 aboard a SEAWOLF class submarine. The contractor will be responsible for performing the air end overhaul and shipboard testing in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring compliance with Navy technical manuals and safety protocols. This work is critical for maintaining the operational capacity of the submarine's systems and is scheduled to take place from June 3 to June 23, 2025. Interested parties may express their interest and capabilities by contacting Christopher Cooper or Andrew M. Skelley via email by April 23, 2025, to be considered for this procurement.
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.
Notice of Intent - OMAX Water Jet Machine
Buyer not available
The Department of Defense, specifically the Army Contracting Command, intends to award a sole-source contract for preventative maintenance and emergency repairs of an OMAX water jet machine at the Tobyhanna Army Depot in Pennsylvania. The procurement will encompass non-personal services, including the provision of necessary personnel, equipment, and materials, following the guidelines of FAR Part 13 and FAR Part 12. This maintenance is critical for ensuring the operational efficiency of the water jet system, which plays a vital role in various manufacturing and repair processes. Interested parties are encouraged to submit capability statements via email by April 29, 2025, to determine if competitive procurement is feasible, with further details available in the attached draft Performance Work Statement. For inquiries, contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or call 570-615-6125.
OMAX 55100 WaterJet
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research to identify vendors capable of supplying an OMAX 55100 Water Jet system for the Puget Sound Naval Shipyard in Bremerton, Washington. The procurement seeks interested parties who can provide the water jet along with turnkey services, including tooling, training, technical data, installation, and removal of existing equipment. This equipment is crucial for enhancing machining capabilities at the naval facility. Interested vendors must submit their capabilities by the specified closing date via email to avnipemarketresearch@dla.mil, with submissions not exceeding ten pages and including the notice ID number in the subject line.
Rental of one (1) Steam Heat Exchanger and Associated Components for Portsmouth Naval Shipyard - PNSY
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard (PNSY), is seeking proposals for the rental and maintenance of one steam heat exchanger system and its associated components. The procurement aims to lease a system that meets specific operational criteria, including compact dimensions, safety features, and compliance with ASME standards, to ensure efficient and reliable performance during its use. This equipment is crucial for maintaining operational efficiency at the shipyard, supporting various naval operations. Interested vendors must submit their quotes by April 25, 2025, and are required to be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Bob Watters at robert.watters@navy.mil or by phone at 207-438-2205.