ContractCombined Synopsis/Solicitation

C135 NDT, ET Data Acquisition Cal/Std. Base + Diesel Heat Exchanger ET Standards, Sole Source Zetec

DEPT OF DEFENSE N3904025Q1044
Response Deadline
Jul 9, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking a sole source contract with Zetec Inc. for the provision of Eddy Current (ET) Data Acquisition Calibration Standards and Diesel Heat Exchanger ET Standards. The procurement involves the fabrication of prefabricated defects in specified alloy tubes for non-destructive testing (NDT) inspections, as well as the creation of calibration standards for heat exchangers, utilizing Government Furnished Property. This contract is critical for maintaining operational integrity and compliance with NAVSEA regulations, ensuring that the Navy's inspection capabilities remain uninterrupted. Interested parties can contact Lisa A. Fielding at lisa.fielding@navy.mil or by phone at 207-438-1893, with the period of performance expected to commence immediately after award and completion of the necessary preparations, returning the Government Furnished Property no later than 8-10 weeks post-receipt.

Classification Codes

NAICS Code
334515
Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
PSC Code
R425
SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL

Solicitation Documents

8 Files
Attachment 7 LSJ.pdf
PDF305 KBJun 30, 2025
AI Summary
The document outlines a Limited Source Justification for an acquisition under the Simplified Acquisition Threshold, as mandated by FAR regulations. It establishes that the Contracting Officer has determined that only one source is viable for procuring services related to the fabrication of calibration standards utilizing 70/30 CuNi tubing for the Eddy Current Inspection method. The only NAVSEA approved vendor for this service is Zetec Inc., which is necessary for compliance with NAVSEA Technical Publication T9074-AT-GIB-010/2032. Due to the absence of alternative approved sources and the urgency stemming from upcoming work needs, there is a compelling requirement to proceed with Zetec for this contract. The document emphasizes that waiting for the approval of another vendor would be impractical given the current timeline of NAVSEA evaluations. The proposal seeks to comply with federal regulations while ensuring mission-critical inspection capabilities are maintained without disruption by relying on a single approved source for immediate service provision.
Attachment 4 DD1423 CDRL 1.pdf
PDF55 KBJun 30, 2025
AI Summary
The provided document appears to be inaccessible and does not contain the expected content related to federal RFPs and grants. It primarily consists of instructions regarding Adobe Reader issues, highlighting technical difficulties in displaying the file. Thus, the file does not offer any insights or substantive information regarding federal or state RFPs, granting opportunities, or related governmental initiatives. As a result, it is impossible to extract key ideas, supporting details, or main topics from the document, nor can a coherent summary of its content be constructed. The document’s lack of pertinent information necessitates a reevaluation or resubmission of the intended content to fulfill the requirements for analysis and summarization.
Attachment 2 SOW 2 Diesel Heat Exchanger.pdf
PDF154 KBJun 30, 2025
AI Summary
The C135 FY25 Diesel Heat Exchanger ET Standards Statement of Work outlines the requirements for vendors to conduct non-destructive testing (NDT) through Eddy Current Inspection on heat exchanger tubing. The work will occur at the vendor's location using Government Furnished Property, specifically 70/30 Copper Nickel alloy tubing. Vendors are required to create prefabricated defects in three specified standards with detailed descriptions of the types and sizes of flaws to be introduced, including wall thinning and radial wear. The Portsmouth Naval Shipyard is responsible for supplying the necessary materials, while the chosen vendor must deliver NIST traceable certification reports to confirm conformance to specifications and include as-built dimensions. The document also establishes clear delivery protocols for the government-furnished materials and finished standards, as well as points of contact for technical queries. The purpose of this statement of work is to ensure the efficacy and accuracy of NDT inspections on Navy heat exchangers, thus maintaining operational integrity and compliance with regulations.
Attachment 6 Wage Determination.pdf
PDF46 KBJun 30, 2025
AI Summary
The document details the Wage Determination No. 2015-5535 under the Service Contract Act by the U.S. Department of Labor, specifically targeting contracts in the Washington counties of King and Snohomish. It outlines the minimum wage rates that employers must pay their workers under two executive orders: Executive Order 14026 mandates a minimum hourly wage of $17.75 for contracts initiated or renewed after January 30, 2022, while Executive Order 13658 applies a minimum of $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. A comprehensive list of wage rates across various occupations is provided, detailing standard rates for roles such as clerical, automotive, food service, health occupations, and technical positions. Additionally, it specifies fringe benefits, sick leave provisions, and other compensations, along with compliance requirements for contractors. The document emphasizes the legal obligations under federal contracts and the importance of worker protections and benefits, ensuring adherence to established labor standards. Overall, it serves as a critical reference point for contractors engaged in service contracts with the federal government, providing clarity on compensation and regulatory expectations.
Attachment 3 GFP N3904025Q1044.pdf
PDF4 KBJun 30, 2025
AI Summary
The provided government file pertains to the solicitation for the procurement of specialized items related to the C135 NDT Eddy Testing program, specifically under solicitation number N3904025Q1044. It details two provisioned items: a metallic tube made of CuNi 70/30, specified by precise dimensions and compliance standards, with a unit acquisition cost of $293.64 for six tubes. The second item consists of brass tube support rings, with a total cost of $119.43 for six rings. Both items are classified as material returns, indicating they are not serially managed and are intended to be used as-is without upgrades. The document serves the purpose of outlining the items solicited for procurement, including their specifications and financial details, aimed at fulfilling the project requirements outlined in the government request for proposal (RFP). The overall context highlights the importance of adherence to military standards in the acquisition process and provides necessary information for suppliers to participate effectively in the bidding process.
RFQ N3904025Q1044.docx
Word45 KBJun 30, 2025
AI Summary
This combined synopsis/solicitation, numbered N3904025Q1044, is issued by the Portsmouth Naval Shipyard for commercial services related to Eddy Current testing (ET) data acquisition and Diesel Heat Exchanger calibration standards. The proposal response deadline is July 9, 2025. The acquisition method is a sole source Request for Quotation (RFQ) directed to Zetec, requiring them to provide prefabricated defect samples for NDT inspection. The overall period of performance spans 8-10 weeks post-award, with the work performed at Zetec's facility in Snoqualmie, WA. Offerors must submit quotes via email to the Contracts Officer, Lisa Fielding, and must be registered in the System for Award Management (SAM). Key evaluation factors include technical capability and pricing, with offers needing to comply with various FAR clauses and present a Property Management System Plan. Attachment provisions include detailed Statements of Work and wage determinations. The government emphasizes the importance of timely submissions and adherence to specifications to ensure compliance and the potential for contract award.
Attachment 5 DD1423 CDRL 2 Diesel Heat Exchanger.pdf
PDF55 KBJun 30, 2025
AI Summary
The document appears to be a generic error message related to a PDF file that cannot be displayed due to compatibility issues with the viewer software or due to missing content. It provides links for upgrading Adobe Reader to ensure proper display and accessibility of PDF documents. Additionally, trademarks for Windows, Mac, and Linux operating systems are acknowledged. Given the lack of substantive content regarding federal RFPs, grants, or local solicitations, the document does not present any actionable information or analysis pertinent to government operations or funding opportunities. Therefore, it does not convey any specific topic or central ideas typically expected in such request for proposals or grants documentation.
Attachment 1 SOW 1 ET Data Acq Cal Standards.pdf
PDF583 KBJun 30, 2025
AI Summary
The C135 Eddy Current (ET) Data Acquisition Calibration Standards document outlines the procurement of services for placing prefabricated defects in specific alloy tubes, which will undergo NDT inspection using the Eddy Current method. The file details the scopes of work for various part numbers associated with handheld standards, specifying the types of flaws and exact dimensions required for each standard. Government-furnished property will supply the material, with specified lengths required for each scope. The contractor must provide NIST traceable certification reports and ensure that all safety and security protocols are adhered to, including personnel restrictions and site access procedures at the Portsmouth Naval Shipyard. The delivery of finished products is expected by May 1, 2025, emphasizing the need for precise adherence to specifications and strict safety standards throughout the project's duration. The document reflects overarching government efforts to ensure quality control and compliance with industry safety regulations in the procurement process.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 30, 2025
deadlineResponse DeadlineJul 9, 2025
expiryArchive DateJul 9, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
PORTSMOUTH NAVAL SHIPYARD GF

Point of Contact

Name
Lisa A. Fielding

Place of Performance

Snoqualmie, Washington, UNITED STATES

Official Sources