Skip to main content

An official website of the United States government

You have 2 new alerts

Hydrostatic Testing and Recharge of CO2 Bottles

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 30, 2025 11:45 am EST
  • Original Date Offers Due: Feb 06, 2025 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 21, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    VA 23505
    USA

Description

Pursuant to the authority at FAR 12.603(c)(2):

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number for this is N0018925QCO2B and will be issued as a request for quotation (RFQ).
 

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
 

(iv) The Government intends to negotiate a firm-fixed-price (FFP) purchase order for services. The associated NAICS code is 811310 with a small business size standard of  $12.5 (millions of dollars).
 

(v) Line items are detailed as follows:

CLIN 0001: (Qty: 36) HYDRO TEST CO2 EXTINGUISHER 50-100LB

               

CLIN 0002: (Qty: 36) RECHARGE CO2 50LB STORED PRESSURE EXTINGUISHER

CLIN 0003: (Qty: 36) ½’’ VALVE REBUILD KITS

CLIN 0004 (Qty: 81) HYDRO TEST CO2 EXTINGUISHER 2.5-26LB

CLIN 0005: (Qty: 81) RECHARGE CO2 15LB STORED PRESSURE EXTINGUISHER

CLIN 0006: (Qty: 95) SERVICE MATERIALS FOR FIRE EXTINGUISHER

CLIN 0007: (Qty:1398) CO2 GAS

CLIN 0008 (Qty: 14) HYDRO TEST FFFP FOAM EXTINGUISHER 2.5LB

CLIN 0009 (Qty: 14) ENVIRONMENTAL DISPOSAL CHEMICAL/BATTERY WASTE

CLIN 0010 (Qty: 2) LABOR EXTINGUISHER REPAIR REGULAR HOURS

(vi) This requirement is for Hydrostatic Testing and Recharge of CO2 Bottles in support of USS Normandy (CG-60).
 

(vii) The required Period of Performance (POP) is:  17 February 2025 – 21 February 2025.  The PLACE OF PERFORMANCE is: Contractor Facility. FOB Destination will be used. 

Contractor facility shall be within 30 miles of Norfolk Naval Base.

Payment Method shall be Government Purchase Card.

All surcharges shall be included in final price of quote.

No substitutions will be acceptable.
 

(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is included in the attached "Clauses and Provisions", Attachment 1.
 

(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items will be used and is included as Attachment 1. The vendor’s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR 13.106.
 

(x) The provision at FAR 52.212-3 – ALT I, Offeror Representations and Certifications - Commercial Items applies to this acquisition and must be completed with any quote. It is included as Attachment 1.
 

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition and is included as Attachment 1.
 

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition and all the applicable FAR clauses cited with this requirement are included as Attachment 1.
 

(xiii) All clauses and provisions applicable to this requirement are included in the attached "Clauses and Provisions", Attachment 1.  “Clauses and Provisions to be signed”, Attachment 2, shall be signed and returned with the vendor’s quote. 
 

(xiv) The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition.

(xv) All quotes are due by the date and time specified in this posting and shall be submitted via email to the POC email address stated in this posting.

(xvi) The individual to contact for information regarding this solicitation is stated in the posting.

ATTACHMENTS:

  1.  Clauses and Provisions
  2.  Clauses and Provisions to be signed
  3.  Performance Work Statement

Contact Information

Primary Point of Contact

Secondary Point of Contact





History