DIVER LIFE SUPPORT SYSTEM MAINTENANCE SERVICES
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 Department of the Navy / NAVSUP FLT LOG CTR PEARL HARBOR is conducting market research via a Sources Sought/Request for Information (RFI) to identify capable firms for Diver Life Support System (DLSS) maintenance services. These services will support Explosive Ordnance Disposal Group One (EODGRU1) in San Diego, CA. This RFI is for planning purposes only and does not constitute a formal solicitation. Responses are due March 25, 2026.
Scope of Work
The requirement involves providing routine and depot-level maintenance for EODGRU1's DLSS equipment. This includes maintenance, hydro testing, re-filling, and cleaning of high and low-pressure piping, valves, flexible hoses, filters, moisture separators, volume tanks, and compressed gas cylinders (Air, O2, Mixed Gas). Specific equipment includes Haskel oxygen booster pumps, oxygen transfer pump assemblies, various compressors (Bauer, C-D/DV/NAVY models), Viper Underwater Breathing Apparatus (UBA), and Transportable Recompression Chambers. Oxygen cleaning must be performed in a Class 100,000 clean room. Attachment 3 details the specific service parts and maintenance tasks.
Contract & Timeline
This is a Sources Sought/RFI for market research. The anticipated contract type is Firm Fixed Price. The anticipated period of performance is one (1) 12-month base period, starting on or around June 1, 2026, followed by one (1) 12-month option period. The proposed NAICS code is 541380 (Testing Laboratories and Services) with a Small Business Standard of $19.0 million. The proposed Product Service Code (PSC) is J042 (Maintenance, Repair, and Rebuilding of Equipment...). Performance will occur at contractor facilities and/or on-base EODGRU1 worksite in San Diego, CA.
- Response Due: March 25, 2026
- Published: March 19, 2026
Submission Requirements
Interested firms must confirm their capability by providing:
- Business name, size, and socioeconomic programs.
- UEI number and CAGE code.
- Currently established contract vehicle numbers.
- A Statement of Capability (max 7 pages) demonstrating ability, capacity, and past performance on similar Government contracts. Responses must be emailed to Ms. Rachel Tamashiro at rachel.m.tamashiro.civ@us.navy.mil with the subject line "RFI_N0060426DLSS".
Performance Standards / Special Requirements
All maintenance (excluding non-transportable compressors and air systems) must be completed at a NAVSEA certified facility. Equipment failing tests must be returned to EODGRU1 with documentation within three (3) business days. Hydrostatic testing has a 25-calendar day turnaround time. Monthly Status Reports are required. Contractor personnel must possess specific certifications, including NAVSEA Certified Precision Oxygen Cleaning Instructor, Haskel booster pump technician, and D.O.T.-designated hydrostatic test operator. Compliance with applicable safety regulations (OPNAV, NETC, OSHA) is mandatory.