Amendment to Solicitation FILL/PURGE
SOL #: N0016426Q0072Combined Synopsis/Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NSWC CRANE
CRANE, IN, 47522-5001, United States
Place of Performance
Crane, IN
NAICS
Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)
PSC
Husbanding Services—Removal Services (M2AC)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Apr 1, 2026
2
Submission Deadline
Apr 22, 2026, 8:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center (NSWC) Crane has issued an amendment to Solicitation N00164-26-Q-0072 for Fill and Purge Services for R-134a refrigerant and related supplies. This Total Small Business Set-Aside opportunity requires contractors to provide industrial compressed gases and services for the AN/SLQ-32(V)7 BLK 3 system. Offers are due by April 02, 2026, at 4:00 PM Eastern Time.
Scope of Work
This requirement includes:
- Providing R-134a (100%) in 125lb cylinders (16 units) and R-134a Recovery Cylinders (4 units).
- Furnishing labor, components, and tools for vacuuming and recovery of 2,000 lbs of R-134a refrigerant.
- Performing purge and fill services to maintain AN/SLQ-32(V)7 Sponsons.
- Up to 6 visits per year with 3 option years.
- Emergency response to service calls within one business day.
- Place of Performance: NSWC Crane B3330S, Crane, IN.
Contract Details
- Solicitation Number: N00164-26-Q-0072 (Amendment 0001)
- Contract Type: Firm Fixed Price for all options.
- Period of Performance: Options extend from May 2026 through May 2030. Initial delivery for some CLINs is on or before May 29, 2026.
- Set-Aside: Total Small Business Set-Aside (100% Small Business).
- PSC: M2AC - Husbanding Services—Removal Services
- NAICS: 334515 (Size Standard: 750 employees)
Submission & Evaluation
- Offer Due Date: April 02, 2026, 4:00 PM Eastern Time.
- Submission Method: Offers must be e-mailed to trista.m.ray.civ@us.navy.mil.
- Requirements: Quoters must submit a signed, dated, and filled-out SF-1449 with all pricing entered on each CLIN. Delivery must be confirmed. Bidders must acknowledge receipt of this amendment.
- Eligibility: Contractors must be properly registered in SAM.
- Evaluation Factors: Quotes will be evaluated based on Technical Approach, Delivery, and Price. Technical and past performance are important factors. Non-compliant quotes may be rejected.
Special Requirements
- Security: Personnel requiring recurring access to Government facilities must be U.S. citizens, complete a Tier 3 Background Investigation, and maintain appropriate security clearances (up to TOP SECRET – SCI/TOP SECRET/SECRET).
- Safety: Contractors must provide the latest revision of all Material Safety Data Sheets (MSDS) to the Requiring Technical Authority (RTA) upon delivery.
People
Points of Contact
Trista RayPRIMARY
Marty ArvinSECONDARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 1, 2026