CPDBA & Regulator Testing & Inspection
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Norfolk Naval Shipyard (NNSY), under the Department of the Navy, is conducting market research for CPDBA & Regulator Testing & Inspection services. This Sources Sought notice aims to identify qualified small businesses capable of providing services to test, fill, and inspect combination pressure demand breathing apparatus (CPDBA) and regulators. The anticipated contract type is Firm Fixed Price (FFP). Responses are due February 5, 2026, at 11 AM ET.
Purpose & Scope
This market research is for planning purposes only and is not a request for quote or proposal. The objective is to ensure all CPDBA and Regulators at NNSY are tested, filled, inspected, and repaired. The scope includes annual inspection, testing, filling, and repair services for CPDBA (bottles) and Regulators, which will be tested twice a year and as needed. The contractor will furnish all necessary labor, supervision, tools, materials, and equipment, and perform assessments, submitting repair quotes for government concurrence. All repair and replacement of subassemblies must be performed by an MSA certified repair technician.
Contract & Timeline
- Type: Sources Sought / Market Research (Anticipated FFP contract)
- NAICS: 541990 (All Other Professional, Scientific, and Technical Services)
- PSC: J042 (Maintenance, Repair And Rebuilding Of Equipment: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance (Anticipated): Base Year 4/06/2026 – 4/5/2027, with four one-year option periods through 4/05/2031.
- Place of Performance: Safety Repair Section, Norfolk Naval Shipyard, Bldg. 278, 1st Floor, Portsmouth, Virginia 23709-5000.
- Response Due: February 5, 2026, at 11 AM ET
- Published: January 22, 2026
Response Requirements
Interested sources, especially qualified small businesses, should submit a single Adobe Acrobat (.pdf) email attachment to ykita.a.squire.civ@us.navy.mil. The response must include:
- Company name, address, telephone number, CAGE code, DUNS number, point of contact (name, phone#, e-mail), and socioeconomic status if a small business.
- An explanation of the company's ability to perform 100% of the required efforts, demonstrating capability without reiterating the notice or DRAFT SOW language.
Special Requirements
Contractor personnel must be badged for NNSY access, adhere to OSHA/OSHE programs, follow Hazardous Energy Control (HEC) procedures, and obtain a DBIDS card. The vendor is responsible for pickup and delivery of equipment. The Government will furnish 134 regulators and 50 CPDBA bottles.
Additional Notes
This notice is for informational and planning purposes only. The U.S. Government will not pay for information solicited and will not return submitted information. Proprietary information will be protected if designated. No hard copy or facsimile submissions will be accepted. Requests for a solicitation package or technical point-of-contact information will not be honored.